Survey Tenders
Survey Tenders
FOREST SERVICE USA Tender
Agriculture or Forestry Works
Corrigendum : Closing Date Modified
United States
Details: Amendment 2: Extends Respose Date To 2/21/25. Adds Schedule Of Items With Estimated Acreage For Each Forest Under R5 North Zone, California. Reminder To Submit All Documents As Requested In Section 12 Below.
amendment 1: Extend Response Date To 2/17/25. We Are Working On Providing Acreage Information And Answers To Q&a Received.we Will Post This Information Within The Next Week Or So.
Request For Information
North Zone/region 5 Mechanical Fuels Reduction
1.0. Description
1.1.overview
the United State Department Of Agriculture, Forest Service In Support Of (6) Six Forests In The California North Zone/region 5 (klamath National Forest, Lassen National Forest, Mendocino National Forest, Modoc National Forest, Shasta-trinity National Forest And Six Rivers National Forest) Is Conducting A Market Survey To Determine The Interest, Capability Of Industry, Expectant Cost, Necessary Timeframe, And Recommendations To Provide Mechanical Vegetation Manipulation Essential For Timber Stand Improvement And Fuel Reduction Treatments. Vicinity Maps Identifying Forest Locations Shall Be Included In The Project Task Orders. Tasks May Be Located On The Following Forests Listed Above.
1.2request For Information Limitations
this Is A Request For Information (rfi) Only. This Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Request For Quote (rfq) Or Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Rfi Does Not Commit The Government To Contract For Any Supply Or Service. Respondents Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party’s Expense. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfq Or Rfp, If Any Is Issued.
2.0 Background
the North Zone Of Region 5 In California Encompasses A Diverse Range Of National Forests That Represent The Rich Ecological, Cultural, And Recreational Resources Of The Region. These Forests Include Theklamath National Forest, Lassen National Forest, Mendocino National Forest, Modoc National Forest, Shasta-trinity National Forest And Six Rivers National Forest.
spanning Across Northern California, These Forests Offer A Diverse Array Of Landscapes, From Rugged Mountain Ranges And Volcanic Plateaus To Lush River Valleys And Dense Old-growth Forests. Home To Diverse Ecosystems Supporting A Wide Variety Of Unique Wildlife And Plant Species, Including Several Rare And Endangered Varieties. These Forests Also Provide Critical Watershed Functions, Ensuring Clean Water For Surrounding Communities And Habitats.
in Addition To Their Ecological Significance, The North Zone Forests Have Deep Cultural And Historical Importance, With Ties To Indigenous Tribes Who Have Inhabited The Area For Thousands Of Years. They Also Offer Abundant Recreational Opportunities, Such As Hiking, Camping, Fishing, And Winter Sports, Making Them Valuable For Both Residents And Visitors Seeking To Experience The Natural Beauty Of Northern California.
the Importance Of Mechanical Vegetation Manipulation And Fuel Reduction Treatments Has Become Increasingly Evident. These Practices Are Vital For Maintaining Forest Health And Resilience, Especially In The Face Of Climate Change And The Growing Intensity Of Wildfires In California. Mechanical Thinning, Prescribed Burns, And Other Fuel Reduction Treatments Help To Reduce The Build Up Of Hazardous Fuels, Decrease Wildfire Severity, And Protect Communities And Critical Infrastructure. Additionally, These Treatments Promote Growth Of Native Vegetation, Enhance Wildlife Habitat, And Improve Overall Forest Ecosystem Function.
through Sustainable Forest Management And Conservation Efforts, The Forests In The North Zone Of Region 5 Collectively Support Biodiversity, Environmental Health, Fire Resilience And Fostering Community Engagement With The Natural World.
2.1. Technical Definitions
brush Stem: Any Brush Or Forbs, 1/2 Inch Diameter Or Larger, 12 Inches From The Ground.
conifer: A Cone-bearing Tree With Needles Or Leaf Scales. Examples Are Fir, Pine And Cedar.
crop Tree/ Leave Tree: Trees Selected In The Stand To Be Left To Meet The Technical Specifications.
cut Tree: Trees That Are To Be Removed From The Stand Not Needed To Meet The Technical Specifications.
damaged Tree: Any Tree With A Broken Cambium Layer.
diameter At Breast Height (dbh): The Diameter Of A Tree Measured At Breast Height, 4 ½ Feet From Ground Level On The Uphill Side.
hardwood: Trees With Broad Leaves Rather Than Needles. Examples Are Oak, Madrone And Chinquapin.
masticate: Chipping, Shredding Or Grinding To An Average Size And Distributed Evenly Over Whole Area, Specifications Will Be Identified By Task Order.
riparian Habitat Conservation Area (rhca) Or Riparian Reserve: A Zone Established For The Protection Of Riparian Areas In Which The Use Of Mechanized Equipment Is Restricted. Maps Showing Rhca Locations And Widths Will Be Provided With Each Task Order.
sanitation Tree: Tree Wounded By Animals Or Infected With Disease.
stump Height: Stump Height Shall Not Exceed 4 Inches From The Ground On The Uphill Side Or 4 Inches Above Natural Obstacles.
tractor Pile: A Soil-free Pile Of Vegetative And/or Slash Material, Constructed To Allow For Obstacle Free- Burning.
unit Or Individual Treatment Area: Unit Boundaries Will Be Designated By, Flagging, Roads, Timber And/or Other Obvious On-the-ground Features. Boundaries May Be Digitally Designated Using Georeferenced Maps Suitable For Uploading Into Applications Such As Avenza Or Other Compatible Applications.
2.2. Technical Requirements/performance Specifications
the Forest Service Expects To Improve Forest Health By Reducing Stand Density, Vegetative And Tree To Tree Competition, As Well As Rearranging Fuel Concentrations.
the Contractor(s) Will Be Expected To Use Silvicultural And Forestry Knowledge To Identify And Adjust To Changing Conditions Within Stands And Notify The Contracting Officer And/or Their Representative Of Any Conditions Not Addressed In The Treatment Prescription(s). Treatment Prescriptions Can Be Found In The Detailed Unit Information Sheets (duis) Attached To Each Task Order. The Contractor(s) Shall Be Able To Demonstrate An Ability To Interpret And Carry Out The Requirements Prescribed In The Duis And Recognize Any Insect, Disease, Or Animal Damage Problems And Report Them To The Contracting Officer.
work Under This Contract Is Subject To Requirements Under The National Environmental Policy Act (nepa), Fire Restrictions Under Project Activity Levels (pal), Wildlife Considerations Under Limited Operation Periods (lop), Resource Protection Best Management Practices (bmps) And Wet Weather Operations Protocol. This List Is Not Necessarily Conclusive. Please Note These Requirements Are Subject To Change And/or Updating As Determined By State And Federal Regulations.
it Is Anticipated The Following Mechanical Vegetation Treatment/fuel Reduction Efforts Will Be Performed:
mechanical Brush Mastication
mechanical Brush And Pre-commercial Tree Thinning Mastication
precommercial Tree Thinning Mastication
mastication By Task Order
mastication Site Preparation
mechanical Site Preparation (tractor)
ripping Of Furrows
the Following Are General Explanations Of Anticipated Work That Will Be Expected By The Government:
brush Mastication: Cut All Brush Within The Project Area To The Specifications Negotiated At Time Of Task Order Award.
brush Mastication And Precommercial Thinning: Masticate All Brush And Precommercial Thin Conifers To The Specifications Negotiated At Time Of Task Order Award.
mechanical Precommercial Thinning: Precommercial Thinning To Be Performed With Mastication Equipment. Spacing And Conifer Size Will Be Negotiated At Time Of Task Order Award.
mastication By Task Order: Includes Specialized Work Not Described In The Above. Work May Include Cutting Of Larger Material Such As Trees (maximum 12”dbh) And Mastication Of Post-harvest Timber Sales To Reduce Slash Loads. Specifications Will Be Provided For Each Task Order.
mastication For Site Preparation: Mulching Of Live (including But Not Limited To Natural Seedlings, Saplings, Brush And Forbs) Or Dead Vegetation And Logging Slash Into The Ground To Create An Area Suitable For Planting Of Seedlings. Specifications Will Be Negotiated At Time Of Task Order Award.
mechanical Site Preparation: Construct Piles Of Slash, In Such A Way As To Not Accumulate Topsoil And Allow It To Burn Cleanly. Specifications Will Be Negotiated At Time Of Task Order Award.
ripping Of Furrows: Rips Will Be Parallel And Follow The Natural Contour Of The Unit Areas. Specifications Will Be Negotiated At Time Of Task Order Award.
contractor Shall Provide All Equipment, Labor, Materials, Supervision, Transportation And Any Incidental Services To Perform All Required Work. Contractor Shall Be Required To Supply And Maintain A Quality Control Plan And Self-inspection Of Work To Be Performed. Contractor’s Performance Shall Be In Accordance With An Approved Work Plan And Schedule That Will Be Required On Every Task.
2.2.1 Site Conditions
site Conditions Can Vary Greatly From Site To Site. Contractors Are Highly Encouraged To Visit All Sites Prior To Quoting. Mechanical Treatments Are Limited To Slopes Less Than 50%. Brush Is Expected To Be Heavy Over Most Work Areas. Vegetation Consists Of Mixed Tree Species, Such As Ponderosa Pine, Douglas Fir, White Fir, Incense Cedar, Sugar Pine, Shasta Red Fir, Western White Pine, Lodgepole Pine, Knobcone Pine And Juniper. Hardwood Tree Species Include Oregon White Oak, California Black Oak And Pacific Madrone And California Live Oak. Brush Species Such As Green Leaf Manzanita, White Leaf Manzanita, Snowbrush, Sagebrush, Chinquapin, Mountain Mahogany, Whitethorn, Bitter Cherry, Bitterbrush, Ceanothus, Tanoak, And Chemise Exist Throughout The Treatment Areas. Most Units Have A Variety Of Brush And Shrub Species Mostly Made Up Of Manzanita, Snowbrush, Sagebrush, Chinquapin, Mountain Mahogany, Whitethorn, Bitter Cherry And Bitterbrush. More Specific Stand Information Is Provided On The Duis In Each Task Order.
site Conditions May Include, But Are Not Limited To The Following:
slope Ranges From 0% To 50%
trees Per Acre In Plantations Ranges From 130-600
rock Cover Ranges From 10% To 50%
brush Cover Ranges From 0 – 100%, Brush Heights Vary From Site To Site, Average Vegetation Height Will Be Provided In The Duis
windrows, Berms, And Side Casting Inside Some Units
manmade Hazards Such As Wire, Old Logging Cable, And Cattle Fencing May Be Present
2.2.2. Boundaries
unit Boundaries Will Be Designated On Maps, Aerial Photos And/or In Gps Shape Files. On The Ground Boundary Designation May Be By Obvious Roads, Timber Lines, Vegetation Type Changes And/or Other Features. Boundaries, Other Than For Easily Identifiable Cutting Lines As Listed Above May Be Marked By The Government With Contract Boundary Flagging And Tags. Perimeters Of The Work Areas Could Be Identified On Aerial Photos, As Well As Reference Maps, Included With Task Orders. Where Possible, The Gross Size Of Work Units In Each Item Has Been Determined Via (gps) Global Positioning Systems And/or Geographic Information Systems (gis). Accessible Reference Points Along The Perimeter Of Work Areas Are Identified With Boundary Flagging, I.e., Corners. The Entire Perimeters Of Inaccessible Work Areas May Not Be Flagged. Where Aerial Photos Or Maps And The On-ground Designation Conflict, The On-ground Designation Shall Govern Unless Otherwise Directed By The Contracting Officer.
contractors Shall Have A Gps Receiver Unit On Each Piece Of Shredding Equipment Compatible With National Forest Gis Systems Capable Of Meeting Current Tested Accuracies For Distance-direction Methods, Pursuant To Forest Service Handbook (fsh) 2409.12 – Timber Cruising Handbook, Chapter 50 – Area Determination. Chapter 50 And Meet The Standards Set Forth In: R5 Supplements To Fsh 2409.12, Chapter 50. Shape Files Of The Perimeters Of Work Areas Will Be Downloaded To Contractor Owned Gps Receiver(s) Units Which Are Compatible With National Forest Gis Systems. Unit Shape – The Contractor’s Mapped Unit Shall Be Similar To That Of The Government. There Should Be No Obvious Or Significant Differences In Unit Shape That Could Occur If Gps Position Fixes Are Too Far Apart To Portray A True Representation Of Unit Shape. The Perimeter Distance Traversed By The Contractor Shall Be Similar To That Of The Government. Payment Will Be Based On Actual Treatment Acres Determined By Gps After The Contractor Has Completed The Unit.
2.2.3 Archaeological Sites
areas, Identified By The Forest Service To Be Of Archaeological Interest Will Be Flagged And Noted On The Contract Map Prior To Commencement Of Work On The Site. If A Contractor Is Working In An Area And Notices An Unidentified Area That May Be Of Archaeological Interest, Contractor Shall Stop Work In That Area Until Forest Service Can Inventory The Site.
2.2.4. Accessibility
accessibility Is By All-weather And Seasonal Roads. Project Area May Be Reached Via County And Forest Service Roads And Are Accessible By Standard Pickup During The Normal Operating Seasons. Four-wheel Drive Vehicles Equipped With Snow Tires And Chains May Be Necessary When Snow, Mud Or Ice Is Abundant In The Project Area Or On Four-wheel Drive Roads. Inaccessibility Due To Snow, Fallen Trees, Slides Or Washouts On Roads May Or May Not Be Corrected At The Option Of The Government. The Government May Direct The Contractor To Use An Alternative Route Under The Changes Clause Of This Contract. Additionally, If Road Access Is Blocked, The Government May Require Walk-in To Units That Are Inaccessible By Road. However, It Is Advisable That The Contractor Have A High Clearance 4x4 Vehicle For Spring And Late Fall Work. Vehicles Shall Not Operate Off System Roads Without Prior Written Approval Of The Contracting Officer.
the Government Assumes No Obligations To Do Special Road Maintenance To Keep Roads Open.
at Times Spur Roads Shown On Project Maps May Not Be Accessible By Vehicle But Show A Previously Known Road To The Work Area.
2.2.5. Equipment Cleaning
contractor Shall Clean All Off Road Equipment Prior To Arrival On The Work Site, Making Sure That Equipment Is Free Of Soil, Seeds, Vegetative Matter, Or Other Debris That Could Contain Or Hold Seeds. Areas Identified By The Forest Service As Being Infested With Invasive Species Of Concern Must Not Move Equipment Off-site Without First Taking Reasonable Measures To Make Each Such Piece Of Equipment Is Free Of Soil, Seeds, Vegetative Matter, Or Other Debris That Could Contain Or Hold Seeds. Contractor Must Advise Forest Service Of Measures Taken To Clean Equipment Prior To Moving Equipment Off-site. Reasonable Measures Shall Not Require The Disassembly Of Equipment Components Or Use Of Any Specialized Inspection Tools.
3.0 Safety
contractors Shall Have, And Maintain, A Written Safety Plan For The Duration Of The Contract. The Safety Plan Is Due To The Contracting Officer Within 10 Days Of Award. The Safety Plan Must Be Available On-site And Must Be Updated For Project Specific Information By Task. The Contracting Officer Representative Will Obtain A Copy Of The Site-specific Safety Plan From The Contractor On The First Day Of Work.
fuel Reduction Activities Are Known To Have Inherently Hazardous Conditions Associated With Working In The Woods, E.g.: Sharing The Road With Log Trucks, Private And Government Vehicles; Ticks, Snakes, And Bees; Working Below Someone Else On Steep And Rocky Terrain, Chainsaw Operations, And Hazard Trees That Are Susceptible To Wind Throw That Could Lead To Serious Injury Or Loss Of Life.
some Task Orders May Contain A Government Job Hazard Analysis (jha) In Order To Convey To The Contractor Known Hazards. The Site-specific Safety Plan Shall Comply With The Jha And The Contractor Shall Provide The Project Safety Person Who Shall Be Responsible For Enforcing The Safety Plan.
4.0. Protection, Use And Maintenance Of Improvements
the Contractor, In All Phases Of Contract Operations Shall Protect Insofar As Practicable All Land Survey Corners, Telephone Lines, Ditches, Fences And Other Improvements. If Such Improvements Are Damaged By Contractor Operations The Contractor Shall Restore Them Immediately To Condition Existing Immediately Prior To Contractor’s Work. When Necessary, The Government May Require The Contractor To Move Such Telephone Lines, Fences Or Improvements From One Location To Another. All Roads And Trails Designated By The Forest Service As Needed For Fire Protection Shall Be Kept Free Of Logs, Brush, And Debris Resulting From Contractor Operations.
5.0. Landscape Preservation
the Contractor Shall Give Attention To The Effect Of Contract Operation Upon The Landscape, Shall Take Care To Maintain Natural Surroundings Undamaged, And Shall Always Conduct The Work In Compliance With The Following Requirements.
a. Prevention Of The Landscape Defacement. The Contractor Shall Not Remove, Deface, Injure, Or Destroy Trees, Shrubs, Lawns, Or Other Natural Features Or Any Other Improvements In The Work Area Unless Specifically Authorized By The Contracting Officer. Unless Otherwise Provided Herein, The Contractor Shall Confine Contract Operations To Within The Areas Designated In Contract Documents.
b. Protection Of Streams, Lakes, And Reservoirs. The Contractor Shall Take Sufficient Precautions To Prevent Pollution Of Streams, Lakes, Small Ponds, And Reservoirs With Fuels, Oils, Bitumens, Calcium Chloride, Silt, Or Other Harmful Materials. Mechanical Equipment Shall Not Be Operated In Live Streams Without Written Approval Of The Contracting Officer.
6.0 Endangered Species
the Government May Direct The Contractor To Discontinue Task Order Operations In The Event That Listed Or Proposed Threatened Or Endangered Plants Or Animals Protected Under The Endangered Species Act Of 1973, Are Discovered To Be Present In Or Adjacent To The Project Area. Actions Taken Under This Paragraph Shall Be Subject To The Stop-work Order Clause Far 52.242-15.
7.0 Preservation Of Historical And Archaeological Resources
if, In Connection With Operations Under This Contract, The Contractor, Subcontractors, Or The Employees Of Any Of Them, Discovers, Encounters Or Becomes Aware Of Any Objects Or Sites Of Cultural Value On The Project Area, Such As Historical Or Prehistorical Ruins, Graves Or Grave Markers, Fossils, Or Artifacts, The Contractor Shall Immediately Suspend All Operations In The Vicinity Of The Cultural Value And Shall Notify The Cor In Writing Of The Findings. No Objects Of Cultural Resource Value May Be Removed. · Operations May Resume At The Discovery Site Upon Receipt Of Written Instructions. Actions Taken Under This Paragraph Shall Be Subject To The Stop-work Order Clause Far 52.242-15.
8.0. Special Situations
some Project Areas May Have Limited Periods Where Work Can Occur, Zones Where No Soil Disturbing Activity Can Occur, Or Special Access Rules Due To Noxious Weeds Or Other Types Of Diseases (such As Port-orford Cedar Or Sudden Oak Death Areas). Any Such Limitations Will Be Identified On The Applicable Task Order.
9.0. Environmental Interruption Of Work
environmental - The Contracting Officer, By Issuance Of A Suspend Work Order, May Direct The Contractor To Shut Down Any Work That May Be Subject To Damage Due To Weather Conditions Or Fire Danger. The Contractor Will Be Given A Resume Work Order That Will Document The Date The Work Suspension Ends. An Allowance Will Be Included In Each Task Order For Short-term Environmental Delays Up To One Day At A Time. The Count Of Contract Time Will Therefore Continue During Work Interruptions Of One Day Or Less, But The Count Of Contract Time Will Stop During Work Interruptions In Excess Of One Day At A Time. All Periods Of Interruptions Directed By The Government Will Be Documented. The Contractor Will Not Be Entitled To Additional Monetary Compensation For Such Suspensions Regardless Of Duration.
endangered Species - The Government May Direct The Contractor To Discontinue All Operations In The Event That Listed Or Proposed Threatened Or Endangered Plants Or Animals Protected Under The Endangered Species Act Of 1973, As Amended, Or Federal Candidate (category 1 And 2), Sensitive Or State Listed Species, Identified By The Forest Service, Are Discovered To Be Present In Or Adjacent To The Project Area. Actions Taken Under This Paragraph Shall Be Subject To Far 52.242-14 Suspension Of Work.
10.0 Permits
the Contractor Shall, Without Additional Expense To The Government, Be Responsible For Obtaining Any Necessary Licenses And Permits, And For Complying With Any Federal, State, And Municipal Laws, Codes, And Regulations Applicable To The Performance Of The Work. The Contractor Shall Also Be Responsible For All Damages To Persons Or Property That Occur As A Result Of The Contractor’s Fault Or Negligence. The Contractor Shall Also Be Responsible For All Materials Delivered And Work Performed Until Completion And Acceptance Of The Entire Work, Except For Any Completed Unit Of Work Which May Have Been Accepted Under The Contract.
11.0. Schedules
prior To Starting Work, The Contractor Shall Present A Written Plan Of Work Providing For The Orderly And Timely Completion Of The Requirements. This Plan Is Subject To The Approval Of The Contracting Officer. The Schedule May Be Modified In Writing During The Course Of Work If Conditions Warrant. Work Shall Not Occur On Sundays Without Written Permission Of The Contracting Officer.
if The Work Progress Falls Behind Schedule, The Contractor Shall Take Such Action As Necessary To Ensure That The Timely Completion Of The Contract Is Not Jeopardized. In Addition, The Contracting Officer May Require The Contractor To Submit A Revised Plan Of Work Showing By What Means They Intend To Complete The Project On Time And In Compliance With All Contract Requirements Such As Increasing The Number Of Crews Or Overtime Operations.
11.0.1. Season Of Operation
project Activities Will Occur When Roads Are Open In The Project Area. Project Activities Will Not Occur When Roads Are Closed Seasonally, And During Periods Of Wet Weather, This Varies Seasonally And Generally Occurs Between October 15 To April 15.
11.0.2. Limited Operating Period
a Limited Operating Period (lop) May Apply And Will Be Identified At Task Order Level.
12.0 Requested Information
responses Are Requested With The Following Information:
vendor’s Name, Address, Uei, Points Of Contact With Telephone Number(s) And E-mail Address(es)
business Size/classification (naics 115310, Support Activities For Forestry) To Include Any Designations As Small Business, Hubzone, Woman Owned, Service-disabled Veteran Owned And/or 8(a), Etc.
description Of Capability To Perform Services Listed Above In Section 2.2. Provide At Least Three (3) Recent Examples. Recency Must Be Within The Last Three (3) Years.
vendor's Interest In Submitting A Quote If The Requirement Is Solicited.
any Feedback, Comments, And/or Questions Pertaining To The Above Sections 2-11 And Related Contracting Issues.
location(s) Capable Of Performing Services (all Forests Listed Above, Or Select Forests Listed Above).
schedule Of Items Containing Price Estimates.
13.0. Submission
interested Parties Are To Submit Questions To This Rfi No Later Than 18 February 2025 At 4:00 Pm Pacific Standard Time (pst). All Responses Shall Be Submitted No Later Than 21 February 2025 At 4:00 Pm Pacific Standard Time (pst. All Questions And Responses Shall Be Submitted To Veronica Beck At Veronica.beck@usda.gov.
Closing Date22 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Details: As Of 08 January 2025, Amendment 0002 Has Been Made To:provide Responses To Contractor Inquiries (see Attachment).
as Of 30 December 2024, The Following Amendments Have Been Made:1) The Size Standard Statement Has Been Removed And 2) The Project Manager (pm) Has Been Updated To Include R.a. Required.
1. Contract Information:
these Contracts Are Procured As A Small Business Set-aside. The Naics Code’s Are 541330 And 541310.
the Number One, Two And Three Ranked Small Business Firms Will Be Selected For Negotiations Based On Demonstrated Competence And Qualifications For The Required Work. The Length Of Each Indefinite Delivery Contract (idc) Is A Maximum Of 60 Months And Will Not Include Optional Time Periods. Three (3) Idc’s Will Share $49.9m Total Capacity Of The Matoc. Task Orders Will Be Issued By Negotiated Firm-fixed-price Task Orders To The Most Technically Qualified Offeror In Response To The Task Order Requirement Notification (torn) And Will Be Issued Under The Terms And Conditions Of This Matoc. The Government Guarantees A Minimum Value Of $4,000 Seed Task Order For Each Individual Idc. Labor Rates For Each Discipline, Overhead Rates, And Escalation Factors For Each 1 Year Time Period Will Be Negotiated For Each Basic Idc And Profit Will Be Negotiated For Each Task Order Not For Each Basic Idc.
work Distribution Between Idcs: Task Orders (to) Will Be Distributed According To The Experience And Qualifications Of The A-e Firms. The Specific Contractor Chosen For A To Will Be Selected Based On Factors Such As Technical Expertise, Demonstrated Performance, Specific Ability, To Size And Complexity, And Contractor Availability To Complete The To In The Time Required. We Are Going To Have The A-e Firms To Compete Amongst The Highly Qualified Selectees For This Contract. Above All, It Is The Intent Of The New York District To Not Have A “hollow” Contract.
three (3) Indefinite Delivery Contracts Will Be Negotiated That Includes Level Of Efforts, Labor Rates For Each Discipline And Overhead Rates For The Contract Period. Profit Will Be Negotiated In Each Task Order Not In The Basic Contract.
the Selected Small Business A-e Firms Will Need To Demonstrate Capability To Perform At Least 51% Of The Contract Work Listed Below In Accordance With Ep 715-1, Chapter 3-8 C Which Can Be Found At Http//www.usace.army.mil/publications/eng.pamphlets/ep715-1-7
in Particular, In Order To Be Awarded A Small Business Contract The Concern Will Perform At Least 51 Percent Of The Cost Of The Contract Incurred From Personnel With Its Own Employees.
“any Subcontractor And Outside Associates Or Consultants Required By The Contractor (prime A-e Firm) In Connection With The Services Covered By The Contract Will Limit To Individuals Or Firms That Were Specifically Identified And Agreed To During Negotiations The Contractor Shall Obtain The Contracting Officer’s Written Consent Before Making Substitutions For These Subcontractors, Associates Or Consultants”.
if A Substitution Is Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason, The Selected A-e Firm Shall Notify The Contracting Officer In Writing Within 15 Calendar Days After The Concurrences Of Any Of These Events And Provide The Following Information To The Contracting Officer:
required Information For Substitution Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason: The Contractor Shall Provide A Detailed Explanation Of The Circumstances Necessitating The Proposed Substitution, Complete Resumes For The New Proposed Substitutes, And Any Additional Information Requested By The Contracting Officer. Proposed Substitutes Should Have Comparable Qualifications Or Better Qualifications To Those Of The Persons Being Replaced. The Contracting Officer Will Notify The Contractor Within 15 Calendar Days After Receipt Of All Required Information Of The Decision On Substitutions.
approximate Award Date: June 2025
the Wages And Benefits Of Services Employees (see Far 22.10) Performing Under This Contract Must Be At Least Equal To Those Determined By The Department Of Labor Under The Service Contract Act, As Determined Relative To The Employee’s Office Location (not Of The Location Of The Work). To Be Eligible For A Contract Award, The Firm Must Be Registered In The Dod Central Contractor Registration (ccr). Registered Via The Ccr Internet Site At Http://www.ccr.gov Or By Contacting The Dod Electronic Commerce Information Center At 1-800-334-3414.
2. Project Information:
a-e Services May Include But Not Be Limited To The Following:
general Architect Engineering Services To Include Support Of The Milcon Programs, Sustainment, Restoration And Modernization (srm) Program, Iis Program And Other Non-military Construction Programs Within Nan/nad Boundaries.
architect Engineering (a-e) Services For Smaller Scale Projects Typically With A Construction Cost Of Approximately $10m Or Less To Include The Following:
construction Of New And Renovation/upgrade Of Multiple Hangar/buildings, Maintenance, Training Facilities (hands-on/simulators), Aviation Facilities, Runways And Taxiways, Aircraft Fueling Facilities/distribution, Industrial Facilities, Vehicle Maintenance Facilities, Research & Design Facilities (armament, Munitions And Communications), Munitions And Storage Facilities, Dining Facilities, Academic Labs, Barracks/dormitories, Academic Facilities, Administrative Office Buildings
antarctic/cold Region Construction.
whole And/or Partial Building Renovations Which Address Interior Re-configuration, Life/safety, Energy Conservation, And Utility Systems.
architectural Alterations Which Address New Space Requirements, Programmed Functions Such As: Maintenance, Training Facilities, Storage, Administrative Spaces, And Squad/ops.
new Building Exterior And Envelope (cold Region) Shall Follow The Architectural Compatibility Plan Defined At The Base Inclusive Of, Structural Roof Systems, Insulation And Waterproofing, Windows, And Atfp.
mechanical/electrical/plumbing (mep): Fire Suppression And Water Supply Systems, Fire Alarm And Mass Notification System, Cybersecurity, Fire Detection/protection/monitoring And Controls, Heating And Ventilation Systems, Plumbing Systems, Electrical Systems, Telecommunication And Cabling Systems, Closed Circuit Television (cctv), Alarm And Card Access Systems, And Public Address Systems.
topographic Surveys, Geological Surveys, Geotechnical Investigations, Environmental Investigations, Master Planning Studies, Value Engineering Studies, Field Investigation Studies, Construction Support Services.
asbestos And Lead Abatement Services Related To Building Renovation Or Demolition.
perform/conduct Design Charrettes Including Eco-charrettes
prepare Studies (to Include Building, Energy, Life-cycle Studies)
prepare Parametric Designs, To Include Development Of Dd Form 1391 Preparation.
site & Infrastructure/seismic Design In Accordance With The Ufc’s
development Of Design Criteria And Basis Of Design
design Work Analysis And Technical Specifications
nepa Documentation And Coordination
historic Architecture And Section 106 Consultation
preparation Of Permit Applications.
preparation Of Design/build Documents
preparation Of Arctic Foundation Designs, Building Air Tightness And Hvac Performance For Cold/arctic Regions.
preparation Of Designs Including Hemp And Scif Areas.
preparation Final Design Construction Documents
antiterrorism/force Protection Design In Accordance With Applicable Ufc’s
sustainable Design/gbi/net Zero Strategy Development
cost Estimating Using The Latest Version Mii [m2] Software.
value Engineering Studies And Cost Schedule Risk Analysis (csra).
preparation Of Deliverables In Building Information Modeling (bim) Format.
drawings In Accordance With The Architectural/engineering/construction (a/e/c) Computer-aided Standard Version (cadd)
demonstrated Construction Phase Services:
design During Construction
preparation Of Operation And Maintenance Manuals
providing Technical Assistance – Responding To Requests For Information (rfis)
design Build Conformance Reviews
shop Drawing Review – Review Of Shop Drawings And Submittals
conduct Site Visits
commissioning/enhanced Commissioning; Fit-up Design Support
project Start-up – Coordinate With Contractors To Start Up And Conduct Performance Tests Of The Constructed Project.
projects Designed Under These Contracts May Require Designers To Obtain Security Clearances As Well As Having Physical Security Measures In Place Before A Firm Can Do The Work. Security Clearances Are Not Required At The Time Of Selection Or Award Of A Contract.
3. Selection Criteria:
primary Selection Criteria:
the Selection Criteria Are Listed Below In Descending Order Of Importance (first By Major Criterion And Then By Each Sub-criterion).
criteria A Through E Are Primary Selection Criteria.
criteria F Through H Are Secondary Selection Criteria And Will Only Be Used As Tiebreakers Among Technically Equal Firms.
the Firm Is Required To Have The Following Specific Design Capabilities:
a. Specialized Experience And Technical Competence In:
submit At Least Five (5) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Building (whole And/or Partial) Renovation Design That Includes At Least Five (5) Of The Following Design Elements As A Substantial Part Of The Design (replacement Of Architectural Elements, Interior Re-configuration, Building Seismic Upgrade, Anti-terrorism/force Protection Upgrades, Mechanical Systems, Hvac Systems, Electrical Upgrades, Fire Protection/detection Systems, Exterior Envelope Upgrades Including Roof, Windows And Walls, Asbestos And Lead Abatement.). The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered.
submit At Least Three (3) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Infrastructure Type Design That Includes At Least Three (3) Of The Following Design Elements As A Substantial Part Of The Design. The Ae Shall Demonstrate Experience In Planning, Designing And Preparing 100% Construction Bid Documents. Projects May Include The Following Project Types (each Example Project Shall Represent A Different Project Type): Road/parking Replacement/repairs, Utility Infrastructure Replacement/repairs, Utility Central Plant Upgrades/repairs, And Retaining Wall Upgrades/repairs. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of At Least $5m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered.
submit At Least Two (2) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Design Of New Facilities. The Ae Shall Demonstrate Experience In Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, With Experience In Energy And Water Conservation And Efficiency; And Employing The Leed Evaluation And Certification Methods. The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered.
the Above Requested Projects Shall Also Demonstrate The A/e’s Abilities With All Of The Following:
- Planning And Scheduling Management Of Fast Track Designs,
- Working On Military Installation Projects,
- Prepare Cost Estimates Using Mii And Paces, (the Cost Estimator And/or The Subcontractor Should Demonstrate Familiarity With The Changing Dynamics Of The Current Construction Market In The Tri-state New York Area With Particular Emphasis On The Southern New Jersey),
- Preparing Drawings In Autocad And Autocad Revit,
- Experience In The Ability To Provide A Qa/qc Plan Indicating How The Prime Plans To Manage Their Team To Ensure That Quality Products Are Prepared. Demonstrate Ability To Produce Quality Designs. Evaluation Will Be Based On The Firm's Design Quality Management Plan (dqmp) And Will Consider The Management Approach, Coordination Of Disciplines, Management Of Subcontractors And Quality Control Procedures.
on All Ten (10) Example Projects, The Government May Consider The Following Strengths For Evaluation Purposes:
projects Demonstrating Experience Working At Military Installations Within Nan Boundaries.
projects Demonstrating Experience Working With Nydec And Njdep In Obtaining Environmental Permits.
projects Demonstrating Experience With Sustainable Design And Achieving Leed Silver Or Better.
projects Demonstrating Experience Working Mcaces Paces And Pax/dd1391.
projects Demonstrating Experience With Fast-tracked Designs.
projects Demonstrating Experience Utilizing A Design Quality Control Plan
projects Demonstrating Experience In Permitting, Real Estate Actions, Nepa Documentation, And Other Agency Coordination Tasks.
b. Qualified Registered Professional Personnel In The Following Key Disciplines:
project Manager (p.e. Or R.a. Required)
quality Assurance Manager (p.e. Or R.a. Required)
architecture (r.a. Required)
structural Engineering (p.e. Required)
civil Engineering (p.e. Required)
mechanical Engineering (p.e. Required)
electrical Engineering (p.e. Required)
fire Protection Engineering (p.e. Required)
landscape Architect (r.la. Required)
cost Engineering (p.e. Required. Those With Ccp/cpe Certification Will Be Considered A Strength)
geotechnical Engineering (p.e. Required)
certified Industrial Hygienist (cih Required)
licensed Interior Designer (ncid Required)
land Surveyor (p.l.s. Required)
anti-terrorism/force Protection Specialist (p.e. Required)
blast/explosives Safety Engineering (p.e. Required)
industrial Engineering (p.e. Required)
industrial/process Engineer (p.e. Required)
lean-six Sigma Professional
historic Preservationist
environmental Engineering (p.e. Required)
lead Commissioning Specialist (p.e And At Least One Of The Following: A Nebb Qualified Systems Commissioning Administrator (sca); Acg Certified Commissioning Authority (cxa); Icb/tabb Certified Commissioning Supervisor; Bca Certified Commissioning Professional (ccp); Aee Certified Building Commissioning Professional (cbcp); University Of Wisconsin-madison Qualified Commissioning Process Provider (qcxp); Ashrae Commissioning Process Management Professional (cpmp))
certified Value Specialist (cvs Required)
telecommunications Engineering (rccd Required)
master Planner (p.e. Or R.a. Required)
the Evaluations Will Consider Education, Training, Registration, Voluntary Certificates, Overall And Relevant Experience, And Longevity With The Firm Using Information From Section E Of The Sf 330. The Sf 330 Includes A Matrix In Section G Showing Experience Of The Proposed Lead Designers On The Projects Listed In Section F Of The Sf 330.
senior Project Personnel For Each Discipline Are Required To Be Licensed And/or Registered.
additional Disciplines May Be Submitted As Required By The Ae For This Type/size Project And Will Be Evaluated As The Above.
fire Protection Engineering: The Services And Qualifications Of Fire Protection Engineers Are Shown In Section 1.6 Of Ufc 3-600-01, And Are Reiterated Here: A Qualified Fire Protection Engineer Shall Be An Integral Part Of The Design As It Relates To Fire Protection. This Includes, But Is Not Limited To, Building Code Analysis, Life Safety Code Analysis, Design Of Automatic Detection And Suppression Systems, Water Supply Analysis, And A Multi-discipline Review Of The Entire Project. For The Purposes Of Meeting This Requirement A Qualified Fire Protection Engineer Is Defined As An Individual Meeting One Of The Following Conditions:
i.) A Registered Professional Engineer (p.e.) Having A Bachelor Of Science Or Master Of Science Degree In Fire Protection Engineering, From An Accredited University Engineering Program, Plus A Minimum Of 5 Years’ Work Experience In Fire Protection Engineering.
ii.) A Registered Professional Engineer (p.e.) Who Has Passed The National Council Of Examiners For Engineering And Surveys (ncees) Fire Protection Engineering Written
examination.
iii.) A Registered Professional Engineer (p.e.) In A Related Engineering Discipline With A Minimum Of 5 Years’ Experience, Dedicated To Fire Protection Engineering That Can Be Verified With Documentation.
the Ae And Their Subconsultants Must Be A U.s. Company(ies). The Ae’s Team Must Use Only U.s. Citizens Or U.s. Persons (an Individual Who Has Been Lawfully Admitted For Permanent Residence As Defined In 8 U.s.c. § 1101(a)(20) Or Who Is A Protected Individual As Defined By Title 8 U.s.c. § 1324b (a)(3)). The A-e’s Team Must Be Able To Obtain Visitor Registration Documents/passes To Access Any Military Base And/or Federal Facility Under This Contract.
c. Past Performance On Dod And Other Contracts With Respect To Cost Control, Quality Of Work And Compliance With Performance Schedules, As Determined From References, Other Sources And Cpars. Letters Of Recommendation From Customers Addressing Your Firm’s Cost Control, Quality Of Work And Schedule Compliance Capabilities May Be Included In Section H Of The Sf 330. Letters Should Be For Projects Of A Similar Nature And Shall Be No Older Than Three Years To Be Considered.
d. Capacity To Initiate Work And Complete Within The Time Parameters Of The Project. The Evaluation Will Consider The Availability Of An Adequate Number Of Personnel In All Key Disciplines. The Evaluation Will Review Part Ii Of The Sf330 To Evaluate The Overall Capacity Of The Team. Include A Part Ii Form Of The Sf 330 For Each Firm And Each Office Of Each Firm That Is Part Of The Proposed Team.
e. Knowledge Of The Locality In The General Geographical Area Of Ny District Boundaries. The Evaluators Will Review Projects Identified In Section F, The Specific Experience Of The Listed Key Discipline In Section E And Additional Information In Section H In Order Of Preference.
secondary Selection Criteria:
f. Geographic Proximity In Relation To Ny District Boundaries.
g. Volume Of Work Previously Awarded To The Firm By The Department Of Defense, With The Object Of Effecting An Equitable Distribution Among Qualified A/e Firms, Including Small Business, Veteran-owned Small Business, Service-disabled Small Business, Hubzone Small Business, Small Disadvantaged Small Business And Woman-owned Small Business And Minority Institutions And Firms That Have Not Had Prior Dod Contracts.
4. Submission Requirements:
interested Prime Firms Having The Capabilities To Perform These Services Must Submit Their Sf330 To Stephen Dibari By Email Stephen.dibari@usace.army.mil Maximum File Size Is 25 Mb If Overall Sf330 Is Larger Than 25 Mb, Please Break Up The File Into Smaller Separate Files.
no Hard Copies Of Sf-330’s Will Be Required. Do Not Mail Sf-330’s (cd Or Hard Copies) To The Contract Specialist Nor To Stephen Dibari At 26 Federal Plaza. Doing So, Will Delay The Ae Selection/award Process.
the Sf 330 Can Be Found By Searching For Sf330 On The Following Gsa Website: Https://www.gsa.gov/forms
the Forms Can Be Downloaded In A .pdf File Type. Total Submittal Page Limitation Is 85 Pages. Section E Is Limited To 50 Pages. Section F Is Limited To 10 Pages (1 Page Per Project). Each Page Shall Be Numbered. Section Dividers, Front And Back Covers, Cover Letter And Part Ii Of The Sf 330 Don’t Count Towards Overall Page Limit. Tabloid Size Paper 11” X 17” Pages For Organizational Chart Or Other Graphics Will Count As One Page. Submittals Not Following These Instructions, May Not Be Evaluated By The Board.
supplemental Information On The Sf 330 Is Posted On The Ny District Usace Website: Https://www.nan.usace.army.mil/business-with-us/engineering-division/
submittals Will Not Be Accepted After 2:00 Pm On The Response Date Shown In The Advertisement In The Https://sam.gov/. If The Response Date Falls On A Saturday, Sunday, Or A Federal Holiday, The Response Date Will Move To The Next Business Day.
for Questions Regarding This Contract, Contact Stephen.dibari@usace.army.mil
if A Pre-selection Meeting Is Required, Notifications Will Not Be Sent After Approval Of The Pre-selection. Notification Of All Firms Will Be Made Within Ten (10) Calendar Days After Selection Approval. In Addition To The Two (2) Items Listed Above, The Remaining Info On Release Of Information On Firm Selection Shall Be In Accordance With Uai Subpart 5.4 (usace Acquisition Instructions).
interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project.
firms Must Be Registered In The Following: Https://www.sam.gov/
naics Code’s Are 541330 And 541310.
interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project.
Closing Date27 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: Pre-solicitation Notice 36c250-24-ap-6279 - 1
amendment/modification
sam-notice 36c25025r0016
saginaw-auburn Annex, Michigan
the U.s. Department Of Veterans Affairs (va) Seeks Expressions Of Interest For
25,000 American National Standards Institute/building Owners & Managers Association (ansi/boma) Of Space In Saginaw (auburn), Michigan
notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For Lease Proposals. The Purpose Of This Advertisement Is To Identify Potential Sources And Suitable Locations And Is Not Intended To Pre-qualify Or Disqualify Any Potential Offers. The Government Will Not Pay For Any Costs Incurred As A Result Of This Advertisement. An Rlp May Or May Not Be Released. The Government Cannot Provide Any Warranty, Expressed Or Implied, As To The Accuracy, Reliability, Or Completeness Of Contents Of The Furnished Information Found Within This Advertisement; Government Is Under No Obligation To Respond To And Is Unable To Answer Any Inquiries Regarding This Advertisement. The Naics Code Is 531120 Lessors Of Nonresidential Buildings, And The Small Business Size Standard Is $34 Million.
the Department Of Veterans Affairs (va) Is Also Conducting Market Research, Seeking Capable Sources That Are Classified And Registered At Www.vip.vetbiz.gov As Either Service Disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) That Are Interested In Leasing Space To The Department Of Veterans Affairs.
respondents Are Advised That The Government Assumes No Responsibility To Award A Lease Based Upon Responses To This Advertisement.
contracting Office Address: Network Contracting Office 10, Suite 325 - 8888 Keystone Crossing Indianapolis, In 46240
description: The Department Of Veterans Affairs Seeks To Lease 25,000 Aboa Square Feet (sf) Of Space And 150 Parking Spaces For Use By The Va As A Primary Care Annex. The Space Shall Be Located Within The Delineated Area Stated Below. Va Will Consider Space Located In An Existing Building As Well As A Building Being Constructed For Multi-tenant Use And Not Specifically A Build-to-suit For Va Use Only. Aboa Is Generally Defined As The Space Remaining Once Common Areas, Lessor Areas, And Non-programmatic Areas Required By Code Are Deducted From The Rentable Square Feet Of The Facility. Aboa Does Not Include Areas Such As Stairs, Elevators, Mechanical And Utility Rooms, Ducts, Shafts, Vestibules, Public Corridors, And Public Toilets Required By Local Code.
va Will Provide All Detailed Definitions, Should A Solicitation For Offers Or Request For Proposals Be Issued For This Project.
lease Term: Not To Exceed 20 Years.
updated-delineated Area: To Receive Consideration, Submitted Properties Must Be Located Within The Following Area Described Below, Which Is Bound By The Following Roads, Or Must Front On Any Of The Following Boundary Lines:
north: Wheeler Road
west: Waldo Ave.; S Saginaw Rd;
south: Hotchkiss Rd Milner Rd; 84/westside Saginaw Rd;
east: 2 Mile Road
see The Below-delineated Area Map For Further Clarification Of The Boundaries Of The Delineated Area.
additional Requirements For Submissions:
offered Space Must Be Located Within One Building.
offered Space Should Preferably Be Located On The First (1st) Floors And One Single Floor.
if The Offered Space Is Above The First (1st) Floor, A Minimum Of One (1) Passenger Elevator And One (1) Combination (passenger/freight) Elevator Must Be Provided.
bifurcated Sites, Inclusive Of Parking, Are Not Permissible.
the Following Space Configurations Will Not Be Considered: Space With Atriums, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage.
column Size Cannot Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20 ) Feet
offered Space Cannot Be In The Fema 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain)
offered Space Must Be Zoned For Va S Intended Use By The Time Initial Offers Are Due.
offered Space Will Not Be Considered If Located In Close Proximity To A Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Dispensaries, Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths.
offered Space Will Not Be Considered If Located In Close Proximity To Residential Or Industrial Areas.
offered Space Must Be Located In Proximity To Public Transportation. A Commuter Rail, Light Rail, Or Bus Stop Shall Be Located Within The Immediate Vicinity Of The Building;
offered Space Will Not Be Considered If The Location Is Irregularly Shaped.
space Will Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building.
offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Hotels, Pharmacies, And Shopping.
offered Space Must Be Located In Close Proximity To A Hospital Or Stand-alone Emergency Room Center And A Fire Department;
offered Space Must Be Easily Accessible To Multiple Major Highways Which Provide Multiple Routes Of Travel;
structured Parking Under The Space Is Not Permissible.
offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Solicitation For Offers Or Requests For Proposals.
a Fully Serviced Lease Is Required.
offered Space Must Be Compatible With Va S Intended Use.
all Submissions Must Include The Following Information:
name And Address Of Current Property Owner;
address Or Described Location Of Building;
location On A Map, Demonstrating The Building Lies Within The Delineated Area; A Statement As To Whether The Building Lies Within The Delineated Area;
description Of Ingress/egress To The Building From A Public Right-of-way;
description Of The Uses Of Adjacent Properties;
fema Map Of Location Evidencing Floodplain Status;
a Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction;
site Plan Depicting The Property Boundaries, Building, And Parking;
a Document Indicating The Type Of Zoning;
a Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use;
building Owners Shall Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Shall Provide Evidence Of Permission Or Authority Granted By The Property Owner To Submit The Building To Va For Development;
any Information Related To Title Issues, Easements, And Restrictions On The Use Of The Building;
a Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property.
if You Are Qualified As A Veteran Owned Small Business (vosb) Or Service Disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120 Lessors Of Nonresidential Buildings With A Small Business Size Standard Of $34 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required To Submit A Capabilities Statement;
market Survey (estimated): January 2025
occupancy (estimated): Fy 2025-2026
all Interested Parties Must Respond To This Advertisement No Later Than January 10, 2025, At 3:00 P.m. Local Time.
please Submit Your Response (electronic) To:
lisa Newlin Lisa.newlin@va.gov Lee Grant Lee.grant@va.gov
attachment - Vosb Or Sdvosb Status
this Is Not A Request For Proposals, Only A Request For Information For Planning Purposes, And Does Not Constitute A Solicitation. A Solicitation May Or May Not Be Issued.
the Naics Code For This Procurement Is [531120 Lessors Of Nonresidential Buildings], And The Small Business Size Standard Is [$34 Million]. Responses To This Notice Will Assist In Determining If The Acquisition Should Be Set-aside For Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127.
the Magnitude Of The Anticipated Construction/buildout For This Project Is:
__ (a) Less Than $25,000;
__ (b) Between $25,000 And $100,000;
__ (c) Between $100,000 And $250,000;
__ (d) Between $250,000 And $500,000;
__ (e) Between $500,000 And $1,000,000;
__ (f) Between $1,000,000 And $2,000,000;
__ (g) Between $2,000,000 And $5,000,000;
X (h) Between $5,000,000 And $10,000,000;
__ (i) Between $10,000,000 And $20,000,000;
__ (j) Between $20,000,000 And $50,000,000;
__ (k) Between $50,000,000 And $100,000,000;
__ (l) More Than $100,000,000.
va Makes Monthly Rental Payments In Arrears Upon Facility Acceptance And May Elect To Make A Single Lump-sum Payment Or Amortize Over The Course Of The Firm Term For Specified Tenant Improvements. Va Makes No Progress Payments During The Design Or Construction/build-out Phases Of The Project.
project Requirements: This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including The Design And Construction Of The Facility Described Above, For A Term Of Up To 20 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va S Requirements Can Be Found On The Technical Information Library At The Following Link: Https://www.cfm.va.gov/til/leasing.asp .
sdvosb And Vosb Firms Are Invited To Provide Information To Contribute To The Market Research For This Project. Sdvosb And Vosb Firms Must Be Registered In Va S Vendor Information Pages (vip) Site At Https://www.vip.vetbiz.gov/. All Business Concerns Must Have The Technical Skills And Financial Capabilities Necessary To Perform The Stated Requirements. All Business Concerns Are Requested To Submit A Capabilities Statement If They Are Interested In Participating In This Project. A Submission Checklist And Information Sheets Are Provided Below For Firms To Fill Out And Submit, Which Will Serve As The Firm S Capabilities Statement.
capabilities Statement:
1. Company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, And E-mail Address;
2. Evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov);
3. Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov ), Including A Copy Of The Representations And Certifications Made In That System;
4. A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To The Project Described Above. (3-page Limit);
5. Evidence Of Capability To Obtain Financing For A Project Of This Size.
if Desired, The Company May Also Submit A Narrative Describing Its Capability.
although This Notice Focuses On Sdvosb And Vosb, We Encourage All Small Businesses And Other Interested Parties To Respond For Market Research Purposes.
capabilities Statement
submission Checklist And Information Sheet
saginaw-auburn, Mi Lease Sources Sought Notice
company Name: __________________________________________
company Address: __________________________________________
dunn And Bradstreet Number: __________________________________________
uei Number: __________________________________________
point Of Contact: __________________________________________
phone Number: __________________________________________
email Address: __________________________________________
the Following Items Are Attached To This Capabilities Statement:
evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov/);
evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov), With Representations And Certifications;
a Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate The Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To (input Project Specific Nusf). (3-page Limit); And
evidence Of Capability To Obtain Financing For A Project Of This Size.
if Desired, The Company May Also Submit A Narrative Describing Its Capability, Not To Exceed Two (2) Pages.
by: _________________________________________________
(signature)
__________________________________________________
(print Name, Title, Date)
Closing Date10 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Chemical Products
United States
Details: Dla Land And Maritime Is Preparing To Solicit A One-time Buy For 262 Each And A 100% Option For A Possible Total Of 524 Each, Nsn 4810-013631952, Valve, Regulating, Fluid Pressure. The Approved Manufacturer And Part Number For This Nsn Is:
meggitt North Hollywood, Inc. (79318) P/n 320135
the Applicable North American Classification System (naics) Code Is 332911 With A Business Size Of 750 Employees.
dla Land And Maritime Does Not Possess Technical Data For This Nsn. Sources Interested In Becoming An Approved Source For This Nsn Must Submit The Appropriate Information As Outlined In Procurement Notes L04 – Offers For Part Numbered Items And M06 – Evaluation Of Offers For Part Numbered Items.
this Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or As An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. No Solicitation Exists At This Time. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of Qualified Businesses That Re Capable Of Executing This Potential Contract.
the Government Is Not Obligated And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice. Your Response To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method.
sources Interested In Providing An Offer On This Solicitation Should Complete The Attached Market Survey And Return The Completed Copy To Mandy Phipps-kuhlman Via Email At Mandy.phipps-kuhlman@dla.mil By Cob On Wednesday 02.05.2025.
valve, Regulating, Fluid Pressure.
rp001: Dla Packaging Requirements For Procurement
rq032: Export Control Of Technical Data
this Item Has Technical Data Some Or All Of Which Is Subject To
export-control Of Either The International Traffic In Arms Regulations
(itar) Or The Export Administration Regulations (ear), And Cannot Be
exported Without Prior Authorization From Either The Department Of State
or The Department Of Commerce. Export Includes Disclosure Of Technical
data To Foreign Persons And Nationals Whether Located In The United
states Or Abroad. This Requirement Applies Equally To Foreign National
employees And U.s. Companies And Their Foreign Subsidiaries. Dfars
252.225-7048 Is Applicable To This Data.
the Defense Logistics Agency (dla) Limits Distribution Of Export-control
technical Data To Dla Contractors That Have An Approved Us/canada Joint
certification Program (jcp) Certification, Have Completed The
introduction To Proper Handling Of Dod Export-controlled Technical Data
training And The Dla Export-controlled Technical Data Questionnaire
(both Are Available At The Web Address Given Below), And Have Been
approved By The Dla Controlling Authority To Access The
export-controlled Data. Instructions For Obtaining Access To The
export-controlled Data Can Be Found At:
https://www.dla.mil/logistics-operations/enhanced-validation/
to Be Eligible For Award, Offerors And Any Sources Of Supply Proposed
for Use Are Required To Have An Approved Jcp Certification And Have
been Approved By The Dla Controlling Authority To Access
export-controlled Data Managed By Dla. Dla Will Not Delay Award In
order For An Offeror Or Its Supplier To Apply For And Receive Approval
by The Dla Controlling Authority To Access The Export-controlled Data.
ra001: This Document Incorporates Technical And/or Quality Requirements (identified By An 'r' Or An 'i' Number) Set Forth In Full Text In The Dla Master List Of Technical And Quality Requirements Found On The Web At: Http://www.dla.mil/hq/acquisition/offers/eprocurement.aspx
for Simplified Acquisitions, The Revision Of The Master In Effect On The
solicitation Issue Date Or The Award Date Controls. For Large
acquisitions, The Revision Of The Master In Effect On The Rfp Issue Date
applies Unless A Solicitation Amendment Incorporates A Follow-on
revision, In Which Case The Amendment Date Controls.
rq002: Configuration Change Management - Engineering Change Proposal
request For Variance (deviation Or Waiver)
rq011: Removal Of Government Identification From Non-accepted Supplies
rq001: Tailored Higher Level Contract Quality Requirements
(manufacturers And Non-manufacturers)
if This Nsn Provides Contract Data Requirement Lists (cdrls) As Part Of
the Technical Data Package, The Line Items From This Solicitation Are
not To Be Separately Priced. Offerors Must Factor Into The End Item
unit Price All Costs Associated With The Preparation And Delivery Of The
data Deliverables In The Contract.
engineering Data Requirements
note: Military Specifications/standards Will Not Be Furnished In The Bid
set.
the Following Instructions Are Furnished For The Manufacture Of:
valve, Air Press Reg And Shutoff - Intermediate Press (f-16)
national Stock Number: 4810-01-363-1952wf
1. The Following Specifications/standards, Etc., Will Be Used In Lieu Of
the Data Indicated. The Superseded Data Will Not Be Furnished Unless So
indicated.
2. The Sources/materials If Listed On The Standards, Specifications And
drawings Are The Only Sources/materials For Those Items. Substitutions
shall Have Prior Approval By Oo-alc Cognizant Engineering Activity.
3. Deviations From Specifications Identified In Control Drawings Are Not
authorized Without Prior Approval By Oo-alc Engineering.
4. Mark And Identify Per Mil-std-130 In Lieu Of Fps-3008.
5. C7880 Face (identified By The 32 Roughness Average Value Surface
finish Callout) To Be Flat Within 0.005 After Welding. F Diameter Dimension Applies After Welding.
6. Item Unique Identification (iuid)
an Item Unique Identification (iuid) Is Required Per Mil-std-130m.
marking Of Part Must Not Adversely Affect Item Integrity Or Performance And Will Remain Human And Machine Readable Throughout The Usable Life Of This Item.
the Following Requirements Describe Iuid Characteristics:
marking Method: Direct Part Marking Via Laser Bonding Using, Thermark Or
cermark Process.
thermark Contact Info:
thermark, Corp.
106 S. Main St. Suite 607
butler, Pa 16001
(412) 269-2650
cermark Contact Info:
ferro Corp.
1000 Lakeside Ave.
cleveland, Oh 44114-7000
(216) 641-8580
marking Location: Iuid Shall Be Used For Part Marking And Shall Be Located In The Area Specified On The Drawing For Part Marking.
marking Content: Iuid Minimum Marking Content Shall Consist Of Current Part Number, Serial Number, And Manufacturer's Cage Code.
marking Format: Iuid Marking Information Shall Include Machine Readable Information (mri) And Human Readable Information (hri). Font And Size Of Information Will Be Determined By The Manufacturer, Ensuring All Required Content Is Included In Allowable Space Specified In "marking
location".
a Deviation/waiver Request Must Be Submitted By The Manufacturer And
approved By Engineering Prior To Any Deviation From The Above Requirements.
reminder: This Is A Critical Item And All Major And Minor Waiver/deviation Requests Must Be Forwarded To The Dscc Contracting Officer Who Will Coordinate The Review And Approval Through The Responsible Engineering Service Activity.
class I Ozone Depleting Chemicals Are Not To Be Used Nor Incorporated In Any Items To Be Delivered Under This Contract. This Prohibition Supersedes All Specification Requirements But Does Not Alleviate Any Product Requirements. Substitute Chemicals Must Be Submitted For
approval Unless They Are Authorized By The Specification Requirements.
mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To, Or Come In Direct Contact With, Any Hardware Or Supplies Furnished Under This Contract. Exception: Functional Mercury Used In Batteries, Fluorescent Lights, Required Instruments; Sensors Or Controls; Weapon Systems; And Chemical Analysis Reagents Specified By Navsea.
portable Fluorescent Lamps And Portable Instruments Containing Mercury Shall Be Shock Proof And Contain A Second Boundary Of Containment Of The Mercury Or Mercury Compound. (iaw Navsea 5100-003d).
note: This Is A Restricted Source Item And Requires Engineering Source Approval By The Government Design Control Activity.
critical Application Item
meggitt North Hollywood Inc 79318 P/n 320135
iaw Reference Drawing Nr 81755 16z001
revision Nr Ak Dtd 03/11/2009
part Piece Number:
iaw Reference Drawing Nr 81755 C7880
revision Nr H Dtd 03/11/2003
part Piece Number:
iaw Reference Drawing Nr 81755 16z001iss204
revision Nr Fz Dtd 12/21/2011
part Piece Number:
iaw Reference Std Nr Mil-std-130n(1) Not 1
revision Nr N Dtd 08/26/2019
part Piece Number:
iaw Reference Drawing Nr 81755 16vy007002
revision Nr Z Dtd 12/07/1999
part Piece Number:
iaw Reference Drawing Nr 81755 16vy007002
revision Nr R Dtd 12/07/1999
part Piece Number:
iaw Reference Drawing Nr 81755 16zy007
revision Nr D Dtd 03/23/1981
part Piece Number:
iaw Reference Drawing Nr 98747 16vy007002-5
revision Nr Dtd 09/21/2023
part Piece Number:
iaw Reference Drawing Nr 81755 16vy007002
revision Nr Z Dtd 09/11/1997
part Piece Number:
iaw Reference Qap 16236 Sqap013631952
revision Nr Dtd 09/13/2024
part Piece Number:
pkging Data - Mil-std-2073-1e
qup:001 Pres Mthd:31 Clng/dry:1 Presv Mat:00
wrap Mat:ea Cush/dunn Mat:na Cush/dunn Thkness:c
unit Cont:ed Opi:m
pack Code:u
marking Shall Be In Accordance With Mil-std-129.
special Marking Code:zz -zz Special Requirements
palletization Shall Be In Accordance With Rp001: Dla Packaging Requirements For Procurement
zz -additional Special Marking:
each Unit Package Will Be Marked With The Nsn, Contract Number, Lot Number, Contractor Cage Code, Manufacturer Cage Code, And Part Number.
hardness Critical Item (hci) Marking.
in Addition To The Markings As Specified By The Special Marking Code, The Following Also Applies:
reference; Mil-std 129r 5.10.22.
the Unit Packs, Intermediate, And Exterior Containers Housing Items Identified On The Parts List As "hci" Shall Be Marked With The Symbol "hci" By Either Stamping Or Stenciling. The Hci Symbol Shall Be Placed On The Identification Marked Side And On Either End Of A Rectangular Container And On Two Equally Spaced Areas On The Circumference Of Cyclindrical Containers. The Hci Lettering Shall Be Black In Color, And The Size Of The Lettering Shall Conform To The Requirements Of Mil-std-129r, Paragraph 4.2.8. On Forest-green Containers, The Hci Lettering Shall Be Either Yellow Or White In Color.
required: Per Mil-std-129, Serial Number Shall Be Marked On The Unit, Intermediate, And Shipping Containers.
serial Number Marking Required, The Packing List Shall Contain Serial Numbers Per Mil-std-129r, Paragraphs 5.4.1.1.1, 5.4.1.1.2, 5.4.1.2.1, And 5.4.1.2.2.
military Packaging Required.
ip056: Mercury Or Mercury Compounds Are Prohibited In Preservation,
packaging, Packing And Marking.
if Product First Article Testing (fat) Is Required And A Packaging Fat Is Included In The Special
packaging Instruction Or Drawing, The Packaging Fat Requirement Is Invoked. If There Is No Product Fat, No Packaging Fat Is Required.
Closing Date5 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: The Black Hills Health Care System Requires Milk And Dairy Products With The Salient Characteristics Listed Below.
this Is A Sources Sought Looking For Businesses To Provide The Supplies Listed Below For Market Research Purposes. No Awards Of A Contract Will Be Made From This Announcement.
if You Are A Vendor That Can Provide The Requested Information Above And Required Supplies Described Below With Competitive Pricing, Send Your Information (to Include Your Organization's Unique Entity Identifier Number) With A Description Of Proof Of Capability To: Joey Bloomer, Joseph.bloomer@va.gov, By February 13th At 5pm Cst. Only Emailed Responses Will Be Considered.
additionally, Please Provide Answers As Appropriate To The Following Questions In The Table Below With Your Response To This Sources Sought. Failure To Respond To The Following Questions May Affect The Acquisition Strategy.
1.
identify Your Organization's Socio-economic Category.
2.
identify If Your Organization Is The Manufacturer Of The Requested Supplies.â if You Are Not The Manufacturer, Identify The Manufacturer Of The Supplies That You Will Provide, Their Socio-economic Category And A Letter Showing That Your Organization Is An Authorized Distributor For The Requested Supplies.â
3.
fill Out The Certificate Under Far Provision 52.225-2(b), Identifying The Item And Its Country Of Origin. ( Https://www.acquisition.gov/far/part-52#far_52_225_2__d3401e52). If The Product Is A Us Domestic End Product, Write In Usa For The Item's Country Of Origin.
4.
state Whether Any Of The Requested Supplies May Be Ordered Against A Government Contract Awarded To Your Organization (e.g Federal Supply Schedule (fss), General Services Administration (gsa), Etc.).
5.
address Whether Your Organization Meets The Requirements Of 13 Cfr 121.406 (b)(1)(i), (b)(1)(ii) And (b)(1)(iii) (https://www.ecfr.gov/current/title-13/chapter-i/part-121/subpart-a/subject-group-ecfr0fca5207262de47/section-121.406#p-121.406(b)).
6.
provide Estimated Shipping And Delivery Information For The Requested Supplies (e.g. Expected Lead Time On Delivery).
â
*if Applicable, Vaar 852.219-76 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products, Will Apply To The Potential Solicitation If Set-aside For Veteran Owned Small-businesses.*
â
*if Applicable, Vaar 852.212-71 Gray Market Items, Will Apply To The Potential Solicitation.*
*if Applicable, Far 52.219-14 Limitations On Subcontracting, Will Apply To The Potential Solicitation If Set-aside For Small-businesses. *
statement Of Work
provide Milk Products Listed In The Schedule Utilizing A 5-year Idiq With 5 One-year Ordering Periods To Run From April 1, 2025, Through March 31st, 2030, For The Following Department Of Veterans Affairs, Medical Centers:
va Black Hills (hot Springs And Fort Meade Campuses)
product Specifications:
all Products Offered Within A Bid Group Will Be Available To Be Ordered For Delivery At Any Location Within That Bid Group.
each Location Will Phone Or Electronically Send In Delivery Orders For Milk Products To The Contractor.
fort Meade Facility Will Require Deliveries Two (2) Days Per Week. Order Will Not Be Required To Be Placed More Than One Week Prior To Delivery Day.
hot Springs Facility Will Require Deliveries Two (2) Days Per Week. Order Will Not Be Required To Be Placed More Than One Week Prior To Delivery.
if An Item Has Been Ordered And Is Not Available At The Time Of Delivery, It Will Be The Vendor S Responsibility To Obtain The Necessary Product That Day.
all Delivery Tickets And Invoices Referencing The Purchase Order Number Must Show The Total Items Delivered For Each Line Item.
the Government Does Not Guarantee The Estimated Yearly Quantity.
please Indicate The Time Orders Are To Be Placed By Location:
fort Meade, Sd 3 Working Day Prior To Delivery
hot Springs, Sd 3 Working Days Prior To Delivery
authorization For Changes. The Contractor Shall Contact The Contracting Officer On All Matters Pertaining To Administration. Only The Contracting Officer Is Authorized To Make Commitments To Issue Changes Which Will Affect The Price, Quantity And Quality Or Delivery Of This Contract.
packaging, Packing And Labeling. All Packaging And Packing Shall Be In Accordance With Good Commercial Practice. Labeling Shall Be In Accordance With Commercial Labeling Complying With The Federal Food, Drug, And Cosmetic Act And Regulations Promulgated There Under.
all Items Must Be Identified With Readable Dates (open Code Dates), Or Coded Dates. Contractors Who Do Not Use Open Dating Will Provide A Product Code Number Key Listing To Each Customer Facility. The Product Code Number Key Listing Shall Explain The Actual Date Of Production Or Processing. Copies Of Key-codes Will Be Furnished To Each Destination Receiving Officer And Each Destination Inspection Agency With The First Delivery.
offeror Is To Provide Pricing For Both Each And Squat Containers, If Available. Individual Delivery Locations Will Decide Which Container Type To Order.
all Products Listed Within This Contract Are To Be Available To Any Va Listed In The Contract At The Same Price Quoted In The Contract.
the Government Anticipates Making A Single Contract Award In The Aggregate.
evaluation Of Offers Will Be Based On Capability To Meet The Government Requirements, Past Performance, And Price. Preference May Be Given To Offers That Provide Prices For Product In Containers As Specified. However, Vendors May Offer Alternate Container (packaging) Options And Pricing. Award Will Be Made To The Offeror That Is Determined To Be The Best Value For The Government. Alternative Methods, (i.e. Hormone Free Milk) Are Encouraged. If Presenting Alternative Methods, Please Specify That In Your Bid.
product Quality And Freshness.
all Milk And Dairy Products Shall Be Delivered To The Requested Destinations As Listed In The Schedule. All Milk And Dairy Products Furnished Under This Contract Shall Be Fresh And Of The Highest Quality.
all Products Furnished Under This Contract Shall Be Processed And Packed Under Sanitary Conditions In Strict Accordance With Guidelines Provided By The U.s. Food And Drug Administration And The U.s. Department Of Agriculture, Using The Best Commercial Practices That Are Standard For The Industry. All Containers Shall Be Clean, Sound And Securely Covered Or Sealed To Provide Adequate Protection From Dirt, Filth, Or Contamination.
unless Otherwise Specified In The Item Specification Or Solicitation, Marking Shall Be In Accordance With Best Commercial Practice.
any Commercial Or Additional Labeling As Specified Which Complies With The U.s. Food, Drug And Cosmetic Act And Regulations Promulgated There Under, Is Acceptable.
products Manufactured To Metric Dimensions Will Be Considered On An Equal Basis With Those Manufactured Using Inch-pound Units, Providing They Fall Within The Tolerances Specified Using Conversion Dimensions And Those Dimensions Exceed The Tolerances Specified In The Inch-pound Units, A Request Should Be Made To The Contracting Officer To Determine If The Product Is Acceptable. The Cotr, In Accordance With The Contracting Officer, Will Accept Or Reject The Product.
freshness Requirements For Dairy Products. Fluid Dairy And Other Products Shall Have A Minimum Of Ten (10) Days Shelf Life Remaining At The Time Of Delivery Commensurate With Good Commercial Practice And At A Minimum, Maintain Grade A Standards.
deliveries Or Performance.
the Contracting Officer Shall Authorize Va Fort Meade, Sd & Va Hot Springs, Sd Personnel To Place Delivery Orders (do) For Products Listed In The Schedule Of Pricing.
orders Shall Be Placed No Less Than 1 Workday Prior To The Required Delivery Date, Upon Delivery At The Receiving Location, Items Ordered Shall Be Less Than 24 Hours Old.
deliveries Shall Be Made Between 5:30am And 3:30pm, Local Time, On Monday Through Friday, As Requested By The Cotr Or His/her Designee, Excluding Saturdays, Sundays, And Federal Holidays.
deliveries Shall Be Made Within The Premises At The Following Locations:
va Health Care System
dietetics Service
building 146 (hospital)
fort Meade, Sd 57741
va Health Care System
dietetics Service, Building 53
hospital Kitchen
500 North 5th Street
hot Springs, Sd 57747
inspection Of Plants: All Product Furnished Under The Awarded Contract Shall Be Processed At Plants That Have Been Inspected By The Federal Government. Approved Inspection Reports Of Another Va Facility Or Other Federal Government Agency Will Be Accepted As Satisfactory Evidence That The Facilities/plants Meet These Requirements, Provided That The Inspection Was Made Not More Than Six (6) Months Prior To The Proposed Contract Period. The Contracting Officer Or His/her Designee Reserves The Right To Make Pre-award, On-site Survey And Inspection Of The Plant, Personnel, Equipment, And Processes Of The Offeror Prior To Making Award And Conditions Found Will Be Considered In Awarding The Contract. Inspection(s) May Also Be Made At Any Time During The Life Of The Contract And, If It Is Found That The Contractor Is Not Complying With Specifications, Deliveries Will Be Rejected, And The Products Covered By This Contract Will Be Procured In The Open Market. Any Excess Cost Occasioned By This Action Will Be Charged Against The Contractor S Account.
description Of Supplies/schedule Of Price/costs: Contractor Shall Provide The Estimated Milk And Dairy Requirements As Described In The Schedule To The Va Black Hills Care System, In Accordance With Specifications Contained Herein, For 5 One-year Ordering Periods. The Government Anticipates Award Of A Firm Fixed-price Estimated Requirements Contract For The Period April 1, 2025 Through March 31, 2030. The Government Does Not Guarantee The Estimated Yearly Quantity. Any Proposed Alternate Items Shall Meet The Requirements Of The Government Specifications As Cited In The Index Of Federal Specifications/standards (fed) And Or Commercial Item Description (cid). A-a-20052b And A-a-20053b. The Awarded Contract Shall Constitute The Entire Agreement Including All Terms And Conditions Applicable To The Contract.
the Government Does Not Guarantee The Estimated Yearly Quantity.
supplies/services Milk Products Annual Estimation (12 Months)
est Qty
unit
milk, 2%, 0.5 Pint, 50/case
72800
â½ Pint
milk, 1%, 0.5 Pint, 50/case
17000
â½ Pint
milk, Whole, 0.5 Pint, 50 Case
20800
â½ Pint
milk, Skim (nonfat), 0.5 Pint, 50/case
10400
â½ Pint
milk, Chocolate, 1%, 0.5 Pint, 50/case
11600
â½ Pint
milk, 1%, Gallon
50
gallon
milk, 2%, Gallon
300
gallon
milk, Whole, Gallon
50
gallon
milk, Skim (nonfat), Gallon
25
gallon
sour Cream, 5 Lbs., Tray Of 2
80
5 Lbs./2 Tray
sour Cream, 1 Oz. 100/case
100
100 Oz/case
cottage Cheese, (low-fat), 5 Lbs., Tray Of 2
300
5 Lbs./2 Tray
cottage Cheese, (small Curd), 5 Lbs., Tray Of 2
300
5 Lbs./2 Tray
butter, Salted, 1 Lb. Quarters
100
1 Lb. Quarters
buttermilk, 1%, Quart
301
quart
cream Cheese, 8 Oz., Brick
30
8 Oz. Brick
whipped Cream, Aero, 14 Oz.
300
14 Oz.
yogurt, Vanilla, 24 Oz.
300
24 Oz.
yogurt, Plain, 24 Oz.
50
24 Oz
Closing Date13 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
United States
Details: Note: Sam.gov Presolicitation Notices/advertisements For Prospectus-level Projects Must Be Provided To The Office Of Leasing (ol) For Pbs Commissioner S Approval, Prior To Posting.
also Note That Prospectus-level Rlps Must Be Reviewed By Ol Prior To Issuance.
************************************************************************************************
note: This Section Is Used For Both The Pre-solicitation Notice/advertisement And The Rlp Procurement Summary
presolicitation Notice/advertisement Va Office Of Real Property
u.s. Government
veterans Administration (va) Seeks To Lease The Following Space:
the Va Currently Occupies 10,400 Rentable Square Feet (rsf) Of Optical Laboratory Fabrication And Related Space In A Building Under A Lease In Indianapolis, Indiana, That Will Be Expiring September 20, 2025. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space In The Delineated Area That Potentially Can Satisfy The Government S Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. Otherwise, Va Intends To Sole Source The Requirement To The Incumbent Lessor.
state:
indiana
city:
indianapolis
delineated Area:
north: Washington Street Indianapolis, Indiana
east: Tibbs Avenue Indianapolis, Indiana
south: Kentucky Avenue Indianapolis, Indiana
west: Interstate 465 Indianapolis, Indiana
minimum Sq. Ft. (aboa):
10,400
maximum Sq. Ft. (aboa):
10,400
space Type:
optical Manufacturing
parking Spaces (total):
50
parking Spaces (surface):
50
parking Spaces (structured):
0
parking Spaces (reserved):
0
full Term:
240 Months
firm Term:
180 Months
option Term:
n/a
additional Requirements:
offered Space Must Be Located Within One Building.
offered Space Should Preferably Be Located In An Existing Single Tenant Building.
if The Offered Space Is Above The First (1st) Floor Or Has Multiple Floors, A Minimum Of One (1) Passenger Elevator And One (1) Combination (passenger/freight) Elevator Must Be Provided.
bifurcated Sites, Inclusive Of Parking, Are Not Permissible.
the Following Space Configurations Will Not Be Considered: Space With Atriums, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage.
column Size Cannot Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20 ) Feet.
offered Space Cannot Be In The Fema 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain)
offered Space Must Be Zoned For Va S Intended Use By The Time Initial Offers Are Due.
offered Space Will Not Be Considered If Located In Close Proximity To A Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Dispensaries, Alcohol And Or Drug Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths.
offered Space Will Not Be Considered If Located In Close Proximity To Residential.
offered Space Will Not Be Considered If The Location Is Irregularly Shaped.
offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Hotels, Pharmacies, And Shopping.
offered Space Must Be Easily Accessible To Multiple Major Highways Which Provide Multiple Routes Of Travel.
structured Parking Under The Space Is Not Permissible.
offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Solicitation For Offers Or Requests For Proposals.
a Fully Serviced Lease Is Required.
offered Space Must Be Compatible With Va S Intended Use.
all Submissions Must Include The Following Information:
name And Address Of Current Property Owner.
address Or Described Location Of Building.
location On A Map, Demonstrating The Building Lies Within The Delineated Area; A Statement As To Whether The Building Lies Within The Delineated Area.
description Of Ingress/egress To The Building From A Public Right-of-way.
description Of The Uses Of Adjacent Properties.
fema Map Of Location Evidencing Floodplain Status.
a Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction.
a Document Indicating The Type Of Zoning.
a Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use.
building Owners Shall Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Shall Provide Evidence Of Permission Or Authority Granted By The Property Owner To Submit The Building To Va For Development.
any Information Related To Title Issues, Easements, And Restrictions On The Use Of The Building.
a Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property.
if You Are Qualified As A Veteran Owned Small Business (vosb) Or Service-disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120 Other Residential Care Facilities With A Small Business Size Standard Of $42.0 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required To Submit A Capabilities Statement.
action: Choose Whether Or Not A Fully Serviced Lease Is Required. Also Choose 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain) Unless Requirement Is Identified By Agency As A Critical Action.
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As 100-year Floodplain).
entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b.
************************************************************************************************
action Required:
use This Section For Pre-solicitation Notice/advertisements Seeking Expression Of Interest. Do Not Use For Rlp Procurement Summary.
action Required: For Pre-solicitation Notices/advertisements Seeking Expressions Of Interest, Insert The Following Language Only For Potential Sole Source Succeeding Lease Actions. Delete For Procurement Summary Page.
do Not Use For Full And Open Procurements.
note That Any Figures Used For A Cost Benefit Analysis (cba) Must Be Supportable.
consideration Of Non-productive Agency Downtime In A Cba Should Be Rare.
expressions Of Interest Due:
wednesday, January 15, 2025, 12:00pm Est
market Survey (estimated):
january 20 22, 2025
occupancy (estimated):
september 21, 2025
incumbent
send Expressions Of Interest To:
name/title:
andrew D. Seaman, Lease Contracting Officer
8888 Keystone Crossing Suite 325
indianapolis, In 46240
email Address:
andrew.seaman2@va.gov
government Contact Information
lease Contracting Officer
lee M. Grant
email Address:
lee.grant@va.gov
Attachment - Vosb Or Sdvosb Status
this Is Not A Request For Proposals, Only A Request For Information For Planning Purposes, And Does Not Constitute A Solicitation. A Solicitation May Or May Not Be Issued.
the Naics Code For This Procurement Is 531120 Other Residential Care Facilities With A Small Business Size Standard Of $42.0 Million. Responses To This Notice Will Assist In Determining If The Acquisition Should Be Set-aside For Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127.
the Magnitude Of The Anticipated Construction/buildout For This Project Is:
__ (a) Less Than $25,000;
__ (b) Between $25,000 And $100,000;
X (c) Between $100,000 And $250,000;
__ (d) Between $250,000 And $500,000;
__ (e) Between $500,000 And $1,000,000;
__ (f) Between $1,000,000 And $2,000,000;
__ (g) Between $2,000,000 And $5,000,000;
__ (h) Between $5,000,000 And $10,000,000;
__ (i) Between $10,000,000 And $20,000,000;
__ (j) Between $20,000,000 And $50,000,000;
__ (k) Between $50,000,000 And $100,000,000;
__ (l) More Than $100,000,000.
va Makes Monthly Rental Payments In Arrears Upon Facility Acceptance And May Elect To Make A Single Lump-sum Payment Or Amortize Over The Course Of The Firm Term For Specified Tenant Improvements. Va Makes No Progress Payments During The Design Or Construction/build-out Phases Of The Project.
project Requirements: This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including Design And Construction Of The Facility Described Above, For A Term Of Up To 15 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va S Requirements Can Be Found On The Technical Information Library At The Following Link: Https://www.cfm.va.gov/til/leasing.asp.
sdvosb And Vosb Firms Are Invited To Provide Information To Contribute To The Market Research For This Project. Sdvosb And Vosb Firms Must Be Registered In Va S Vendor Information Pages (vip) Site At Https://www.vip.vetbiz.gov/. All Business Concerns Must Have The Technical Skills And Financial Capabilities Necessary To Perform The Stated Requirements. All Business Concerns Are Requested To Submit A Capabilities Statement If They Are Interested In Participating In This Project. A Submission Checklist And Information Sheets Are Provided Below For Firms To Fill Out And Submit, Which Will Serve As The Firm S Capabilities Statement.
capabilities Statement:
1. Company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, And E-mail Address;
2. Evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov);
3. Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov ), Including A Copy Of The Representations And Certifications Made In That System;
4. A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To The Project Described Above. (3-page Limit);
5. Evidence Of Capability To Obtain Financing For A Project Of This Size.
if Desired, The Company May Also Submit A Narrative Describing Its Capability.
although This Notice Focuses On Sdvosb And Vosb, We Encourage All Small Businesses And Other Interested Parties To Respond For Market Research Purposes.
capabilities Statement
submission Checklist And Information Sheet
indianapolis, In Domiciliary Lease Pre-solicitation Notice
company Name: __________________________________________
company Address: __________________________________________
dunn And Bradstreet Number: __________________________________________
uei Number: __________________________________________
point Of Contact: __________________________________________
phone Number: __________________________________________
email Address: __________________________________________
the Following Items Are Attached To This Capabilities Statement:
Evidence Of Sdvosb Or Vosb Status Through Registration At Vetcert (veteran Small Business Certification);
Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov), With Representations And Certifications;
A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate The Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To (input Project Specific Nusf). (3-page Limit); And
Evidence Of Capability To Obtain Financing For A Project Of This Size.
if Desired, The Company May Also Submit A Narrative Describing Its Capability, Not To Exceed Two (2) Pages.
by: _________________________________________________
(signature)
__________________________________________________
(print Name, Title, Date)
hidden And Deleted By Macro
Closing Date15 Jan 2025
Tender AmountRefer Documents
Municipality Of Mankayan, Benguet Tender
Civil And Construction...+4Building Construction, Construction Material, Consultancy Services, Civil And Architectural Services
Philippines
Details: Description Republic Of The Philippines Cordillera Administrative Region Province Of Benguet Municipality Of Mankayan Project Name : Geotechnical Investigation (soil Testing, Exploration, Etc.) At Barangay Poblacion Location : Mankayan, Benguet (various Barangays) Contract Duration : 30 Calendar Days Approved Budget For The Contract (abc) : Php 270,000.00 Source Of Fund : Saip No. 06 Mode Of Procurement : Public Bidding Terms Of Reference Geotechnical Investigation (soil Testing, Exploration, Etc.) (various Site Location) I. Introduction A. Background The Local Government Unit Of Mankayan Is Embarking On The Implementation Of Multiple Vertical Infrastructure Projects, Including Public Buildings, Healthcare Facilities, And Commercial Centers. These Projects Are Integral To Supporting Community Development, Improving Public Services, And Promoting Economic Growth Within The Municipality. Given The Diverse Nature Of These Projects, It Is Crucial To Guarantee That The Proposed Structures Are Designed And Constructed To Meet Safety, Durability, And Sustainability Standards. The Success Of These Projects Relies Heavily On The Stability And Suitability Of The Underlying Soil And Subsurface Conditions. As Such, A Comprehensive Geotechnical Investigation Is Essential To Provide The Data And Analysis Necessary For Informed Decision-making During The Design And Construction Phases. The Geotechnical Investigation Aims To Evaluate The Physical, Chemical, And Mechanical Properties Of The Subsurface Materials At Each Project Site. This Assessment Will Identify Potential Geotechnical Challenges, Such As Soil Instability, Low Bearing Capacity, High Groundwater Tables, Or The Presence Of Expansive Or Liquefiable Soils, Which Could Impact The Structural Integrity Of The Proposed Buildings. Furthermore, The Investigation Will Ensure Compliance With Local Building Codes And Regulatory Requirements While Optimizing Design Solutions To Balance Safety, Performance, And Cost-efficiency. B. Objectives 1. To Determine The Soil Bearing Capacity To Guide Foundation Design. 2. To Evaluate Soil Composition And Its Properties To Be Able To Assess Soil Stability. 3. To Analyze The Data Obtained And Give Engineering Consideration And Recommendation On The Selection And Design Of Foundation. 4. To Address Seismic Considerations. 5. To Ensure Regulatory Compliance And Standards. 6. To Support Cost-effective Design. C. Scope Of Work The Proposed Projects Are The Subject Of Subsurface Soil Exploration Work Including Geotechnical Report. Name Of Project And Location Number Of Bored Hole Mankayan Public Market, Poblacion 6 Poblacion Barangay Hall, Poblacion 3 Ii. Scope Of Services A. General 1. The Consultant Shall Be Responsible For Carrying Out The Necessary Subsurface Soil Exploration Works In Respect To The Project Stated. 2. After The Issuance And Receipt Of Notice To Proceed (ntp), The Consultant Shall Coordinate With The Municipal Engineering Office To Identify The Site Of The Project. 3. Upon Completion Of The Subsurface Exploration Work Activities, The Consultant Shall Submit Their Final Report Containing Geotechnical/ Geological Reports To The Municipality. 4. All Damages Incurred By The Project Shall Be Restored By The Contractor. 5. The Consultant Shall Be Responsible For The Reliability Of The Work Presented. B. The Service 1. Subsurface Soil Exploration Works A. Location The Consultant Shall Coordinate With The Municipal Engineering Office Before The Conduct Of Subsurface Soil Exploration Works For Proper Identifying The Location Of The Projects. B. Scope Of The Project The Consultant Shall Provide All The Labor, Instrument/ Equipment Materials And Supplies, Vehicles, Bunkhouses, Etc., Necessary To Perform Satisfactorily The Subsurface Exploration Herein Required, Viz: I. Drilling And Sampling Ii. Standard Penetration Test (spt) Iii. Water Level Measurements Iv. Laboratory Testing And Analysis V. Preparation And Submission Of Reports The Consultant Shall Be Held Solely Responsible For The Result Of This Boring/ Drilling Exploration And Other Activities Under The Terms Of Reference (tor). C. Detailes Exploration Requirements/ Specifications Drilling And Sampling 1. Location And Number All Boreholes At The Specified Location Should Be Shown On The Plans. Include Coordinates. 2. Depths Of Borings Shall Be Equal To 15 Meters Or Extend If Necessary, Depending On The Soil Classification. 3. Procedure In Sand, Clay, And Slit Materials, The Boreholes Shall Be Advanced By The Wash Boring Method In Between Sampling Sections Using Side Discharged Chopping Bits. Whenever Necessary, “n”-size Casings Shall Be Utilized. The Washed Section Shall Be Cleaned Thoroughly Before Each Sampling Run, Ensuring That The Underlying Soil Is Not Disturbed. Sampling Shall Be Done At One Meter Interval From The Riverbed To Hard Strata Using 50 Cm Split Spoon Sampler. In A Soft Cohesive Layer, Disturbed Sample Using Thin-walled Tube Samplers Shall Be Obtained Hydraulically. Core Drilling Shall Be Carried Out By A Diamond Rotary Drill Method In Gravely On Rock Formation. Core Samples Shall Be Undertaken Wherever Solid Information Is Encountered. D. Equipment 1. Drilling Machine The Consultant Shall Utilize At Least Two (2) Drilling Machine And Set Them Up At The Project Site. The Drilling Machine Shall Be In Good Working Condition And Shall Be Of Such Capacity As To Maintain Satisfactory Progress Of Work. 2. Bits The Consultant Shall Have An Example Supply Of Different Types Of Bits To Adapt To Varying Conditions. Bottom Discharge And Stepped Bits Shall Also Be Available. 3. Core Barrels Double Tube Swivel Type Core Barrels In Good Condition And Obtaining Maximum Core Recovery Shall Be Used. 4. Casing The Consultant Shall, At His Own Expense And Responsibility, Provide Casings As Required To Ensure The Stability Of The Borehole Walls. The Casings Shall Be At Least Of N-size And Shall Be In Good Condition. After A Hole Has Beed Finished, The Casings Shall Be Retrieved. E. Handling And Core Samples The Consultant Shall Provide All The Materials, Equipment, And Labor Necessary For Preserving Samples. F. Standard Penetration Test (spt) The Test Shall Be Carried Out Through Ordinary Soil Encountered To The Depths Specified Above. Standard Penetration Test Shall Be Performed Using 5.0 Cm (2.0 In.) Outside Diameter Split Spoon Sampler, Driven By A 63.6 Kgs (140 Lbs.) Hammer Falling 76.0 Cm (30 In.) At 1.50 Mts Interval Or Closer If Necessary. G. Water Level Measurement The Water Level Shall Be Measured Daily (before And After) Whenever Encountered In A Borehole. H. Laboratory Testing Analysis The Preparation Of Samples For Testing Shall Be Made In Accordance With Aashto. The Following Test Shall Be Made On Samples Obtained From Boring And Drilling. 1. Split – Spoon Analysis I. Visual Soil Description Ii. Mechanical Analysis, Aashto Designation T88 Iii. Liquid Limit, Plastic Limit And Plasticity Index, Aashto Designation T89 And T90 Iv. Group Index And Soil Classification, Use Unified Soil Classification C. Report Outputs/ Deliverables 1. Final Output The Consultant Shall Prepare The Final Report Containing Geological/ Geotechnical Reports And Analysis In Five (5) Bound Copies In The Form And Substance To Be Submitted To The Local Government Of Mankayan – Engineering Office Together With The Detailed Engineering Plans, Thirty (30) Days From The Commencement Of Work And/ Or At The Termination Of The Contract. The Final Report Shall Not Be Limited To The Following: A. Field Investigation And Methodology B. Borehole Drilling And Sampling C. Laboratory Testing D. Final Boring Logs (bl) E. Final Laboratory Test Results (fltr) F. Borehole Location Plan G. Soil Profile Along Structures Showing Boring/ Drilling Logs H. Soil Liquefactions Investigation Report I. Soil Bearing Capacity J. Detailed Discussion Of The Result Of Geological/ Geotechnical Investigation And Laboratory Testing K. Recommendation (foundation Type And Required Geotechnical Parameter For Design) Other Data To Be Submitted By The Consultant Along With The Final Report Are The Following: Boring Logs A. Job, Boring, Hole Number, Date, Time, Boring/drilling, Foreman, Supervisor B. Weather Condition C. Depth Of Boring At Start Of The Day D. Method Of Penetration And Flushing System E. Description Of Soil Strata Encountered F. Depth Of Soil Boundaries G. Size, Types And Depth Of Samples And Sample Number H. Type And Depth Of In – Situ Test I. Standard Penetration Test Resistance, “n” Value J. Recovery Ratios Of Samples K. Detailed Notes On Boring/ Drilling Procedure, Casing Sizes And Resistance To Driving, Description Of Wash Water Or Spoil From Boring/ Drilling Tools L. Depth Of Boring At End Of The Day M. Other Relevant Information Such As Rqd, Percent Core Recovery, Andle Of Fiction, Etc. Photographs Photographs Showing The Borehole Drilling And Sampling At Each Proposed Sites Shall Be Taken By The Consultant And Incorporated In The Report. Photographs Shall Be Taken At Each Borehole Location Depicting The Following: A. Equipment Used B. Core Drilling Operation C. Water Level Measurements D. Performance Of Spt And Shelby Tube Samples E. All Cores In The Core Boxes, Spt And Shelby Tube Samples F. Date Photographs Was Taken. Note: Photographs Will Be Printed As A Part Of The Final Report. Produce Another Set Of Photographs In 3r Size. Iii. Implementation A. Key Experts’ Qualification And Requirements The Following Experts/ Professionals And Their Member Shall Be Required To Carry Out The Consulting Services For The Projects And Should Have Appropriate Educational Degree, Relevant Training And Adequate Years Of Experience In The Conduct Of Sub-surface Soil Exploration. Position/ Key Staff Number Of Staff Detailed Tasks/ Responsibilities Required Qualifications Team Leader 1 • Overall Guidance, Direction, Supervision And Coordination Of Members Of The Team • Study And Determination Of Items And Method Of Soil Investigation And Laboratory Test • Perform Necessary Subsoil Investigations On Representative Sections Of The Road With Samples To Be Taken At Suitable Intervals • Investigate The Physical Properties Of Materials To Facilitate The Design Of Structures • Bs In Civil Engineering; Ms Or Doctoral Degree Is An Added Advantage • Duly Licensed/ Registered Civil Engineer • At Least 10-year Experience On Soil, Sub-surface And Geotechnical Survey And Study Of Structures, Roads And Bridges The Consultant Shall Provide Technical And Administrative Support Staff As May Require. B. Contract Period The Consultant’s Contract Period For Undertaking The Detailed Engineering Design And Final Report Shall Be Thirty (30) Calendar Days And The Consultant Shall Commence Work After Receipt Of Notice To Proceed. C. Assistance To Be Provided By The Client The Lgu Of Mankayan Shall Ensure That The Consultant Has Access To All Relevant Information Necessary To The Performance Of The Above Services. The Consultant Is Expected To Provide Office Space And Equipment And All Other Resources For Completing The Service. Prepared By: Recommending Approval: Mharidion L. Gas-ing Jonathan S. Casaldo Architect I Municipal Engineer Approved: Hon. Dario S. Banario Municipal Mayor Schedule Of Bac Activities As Follows: February 13, 2025 Last Submission Of Letter Of Intent And Purchase Of Bid Docs(5:00pm) February 26, 2025 Dropping Of Bids, (08:00am-09:30am) At Municipal Library February 26, 2025 Opening Of Bids, (10:00am) At Municipal Library A Complete Set Of Bid Documents May Be Acquired From The Bac, Mankayan, Benguet Upon Payment Of Non-refundable Fee Corresponding To The Amount Of The Contract. Prepared By: Digno M. Valentin Mbac-chairman
Closing Date13 Feb 2025
Tender AmountPHP 270 K (USD 4.6 K)
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Others
United States
Details: Combined Synopsis/solicitationnon-personal Landscaping Services For National Weather Service (nws) Weather Forecast Office (wfo) Located In Bismark, Nd(i) this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice And In Accordance With The Simplified Acquisition Procedures Authorized In Far Part 13. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued.(ii) this Solicitation Is Issued As A Request For Quotation (rfq). Submit Written Quotes On Rfq Number 1305m325q0074.(iii) the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 (jan 2025).(iv) this Solicitation Is Being Issued As A Total Small Business Set-aside. The Associated Naics Code Is 561730. The Small Business Size Standard Is $9.5 Million. (v) this Combined Solicitation/synopsis Is For Purchase Of The Following Commercial Services:clin 0001 – Base Yearservices, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscaping Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Bismark, Nd, In Accordance With The Statement Of Work. Period Of Performance 4/1/2025 Through 3/31/2026.clin 1001 – Option Year 1services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscaping Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Bismark, Nd, In Accordance With The Statement Of Work. Period Of Performance 4/1/2026 Through 3/31/2027.clin 2001 – Option Year 2services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscaping Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Bismark, Nd, In Accordance With The Statement Of Work. Period Of Performance 4/1/2027 Through 3/31/2028.clin 3001 – Option Year 3services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscaping Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Bismark, Nd, In Accordance With The Statement Of Work. Period Of Performance 4/1/2028 Through 3/31/2029.clin 4001 – Option Year 4services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscaping Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Bismark, Nd, In Accordance With The Statement Of Work. Period Of Performance 4/1/2029 Through 3/31/2030. (vi) description Of Requirements Is As Follows:see Attached Statement Of Work Which Applies To Base Year And All Option Years 1 – 4, And Department Of Labor Wage Rates: Wd 2015-5379, Revision No. 24, Which Can Be Found On: Https://sam.gov/content/wage-determinationsinvoices To Be Billed Monthly In Arrears. Provide Monthly And Annual Pricing For Each Base And Option Year. Quote Pricing May Be Provided On Attached Sf18 Form Or On Company Letterhead.(vii) date(s) And Place(s) Of Delivery And Acceptance:period Of Performance Shall Be:base Year For A Twelve Month Period 4/1/2025 Through 3/31/2026.option Period 1 For A Twelve Month Period 4/1/2026 Through 3/31/2027.option Period 2 For A Twelve Month Period 4/1/2027 Through 3/31/2028. Option Period 3 For A Twelve Month Period 4/1/2028 Through 3/31/2029. Option Period 4 For A Twelve Month Period 4/1/2029 Through 3/31/2030.place Of Performance Is Nws - Bis2301 University Drive, Bldg. 27 Bismarck, Nd 58504burleigh County(viii) Far Provision 52.212-1, Instructions To Offerors-commercial Products And Commercial Services (sept 2023), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment.(ix) Far Provision 52.212-2, Evaluation-commercial Products And Commercial Services (nov 2021), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment.(x) Far Provision 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. Offerors Are Advised To Include A Completed Copy Of The Provision With Its Offer.(xi) Far Clause At 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. (xii) Far Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (jan 2025), Applies To This Acquisition And Can Be Found In Full Text On The Request For Quote Form Sf18 Attachment. (xiii) Any Additional Contract Requirement(s) Or Terms And Conditions That Apply Can Be Found On The Request For Quote Form Sf18 Attachment. (xiv) Defense Priorities And Allocations System (dpas) And Assigned Rating Does Not Apply.(xv) Quotes Are Required To Be Received In The Contracting Office No Later Than 12:00pm Mst/mdt On 2/14/2025. All Quotes Must Be Submitted Electronically Via Email To Isabel.vigil@noaa.gov.(xvi) Any Questions Regarding This Solicitation Should Be Submitted Electronically Via Email To Isabel.vigil@noaa.gov.utilization Of Fedconnect® For Contract Administrationthe Department Of Commerce Will Utilize The Fedconnect® Web Portal In Administering This Award. The Contractor Must Be Registered In Fedconnect® And Have Access To The Fedconnect® Website Located At Https://www.fedconnect.net/fedconnect/. For Assistance In Registering Or For Other Fedconnect® Questions Please Call The Fedconnect® Help Desk At (800) 899-6665 Or Email At Support@fedconnect.net. There Is No Charge For Registration In Or Use Of Fedconnect®.(end)1352.215-72 Inquiries (apr 2010)offerors Must Submit All Questions Concerning This Solicitation In Writing Via Email To Isabel.vigil@noaa.gov. Questions Should Be Received No Later Than 2/12/2025. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract.(end Of Clause)52.237-1 Site Visit (apr 1984)offerors Or Quoters Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award.(end Of Provision)a Site Visit Is Highly Recommended But Not Required. Offerors Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. Please Contact Jeffrey Savadel (jeffrey.savadel@noaa.gov, 701-250-4224) To Set Up A Time To Visit The Site. All Questions During The Site Visit Should Be Submitted Electronically To Isabel.vigil@noaa.gov.far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services (sep 2023)notice To Offerors: Instructions For Submitting Quotations Under This Request For Quote Must Be Followed. Failure To Provide All Information To Aid In The Evaluation May Be Considered Non-responsive. Offers That Are Non-responsive May Be Excluded From Further Evaluation And Rejected Without Further Notification To The Offeror.1. Submit Pdf Or Microsoft Word Format Quotations To The Office Specified In This Solicitation At Or Before The Time Specified In The Solicitation. Quote Documents Shall Include Signed Copies Of The Sf 18 And Sf 30(s) To Acknowledge The Solicitation And Any Applicable Amendments. Email Quotes Are Required And Can Be Sent To Isabel.vigil@noaa.gov 2. Offeror Shall Have An Active Registration In The System For Award Management (sam Found At Https://sam.gov/content/home) In Order To Provide A Quote And Be Eligible For Award. Must Provide Their Ueid/cage Code With Their Quote. 3. Offerors Shall Assume That The Government Has No Prior Knowledge Of Them Or Their Capability.4. Offerors Must Provide All Evaluation Criteria In Accordance With Far 52.212-2. Offerors Who Do Not Provide All Evaluation Criteria May Not Be Considered.1. technical Approach And Capability2. past Performance, Including Submission Of Completed Past Performance Questionnaires3. price4. the Government Does Not Accept Responsibility For Non-receipt Of Quotes. It Is The Contractor’s Responsibility To Request And Receive A Confirmation Of The Quote Receipt.far 52.212-2 Evaluation- Commercial Products And Commercial Services (nov 2021) Offers Will Be Evaluated Based On Price And The Factors Set Forth In Paragraph (a). (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. Paragraph (a) Is Hereby Completed As Follows: Evaluation Will Be Based On The Following; 1. technical Acceptability/capability. Quote Shall Include At Least Two References From At Least Two Separate Contracts For Similar And Relevant Recent Services Within The Past Two Years Including The Name, Phone Number, Full Address, And E-mail Address Of The Reference To Demonstrate The Offeror’s Capability To Successfully Perform The Services Listed In The Statement Of Work. The Offeror Is Required To Fill Out Blocks 1-4 And Send The Attached Past Performance Questionnaire To The References Provided By The Offeror In Their Submission, And Email The Completed Survey Form Directly To (cs/co Email) By The Closing Date And Time Of This Solicitation. The Government Reserves The Right To Consider Past Performance Report Forms Received After The Due Date And Time Of The Solicitation, Past Performance Questionnaires Submitted From Previous Solicitations, And To Contact References For Verification Or Additional Information.the Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications Between Contracting Parties, Proactive Management And Customer Satisfaction. The Government Will Use Its Discretion To Determine The Sources Of Past Performance Information Used In The Evaluation, And The Information May Be Obtained From References Provided By The Offeror, The Agency’s Knowledge Of Offeror Performance, Other Government Agencies Or Commercial Entities, Or Past Performance Databases, And Will Be Based On Responsiveness, Quality, And Customer Services.offerors Lacking Relevant Past Performance History, Or For Whom Past Performance Information Is Either Not Available Or Has Not Been Submitted To The Government, Will Receive A Neutral Rating For Past Performance. A Good Past Performance Rating Provides Higher Confidence Than A Neutral Or Satisfactory Rating.2. pricethe Government Intends To Award A Low Priced, Technically Acceptable, Multiple Firm Fixed-price Purchase Order On An All Or None Basis With Payment Terms Of Net 30.(b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.(end Of Provision)
Closing Date14 Feb 2025
Tender AmountUSD 26.2 K
This is an estimated amount, exact amount may vary.
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: This Is A Sources Sought Announcement. The Government Is Seeking To Identify Qualified Other Than Small And Small Business Sources Under North American Industry Classification System (naics) 237990 (other Heavy And Civil Engineering Construction). The Small Business Size Standard Is $45m. This Notice Is For Market Research Purposes Only And Is Not A Request For Proposal (rfp) Nor Does It Restrict The Government As To The Ultimate Acquisition Approach. The Government Will Not Reimburse Respondents For Any Costs Incurred In Preparation Of A Response To This Notice.
this Announcement Constitutes A Market Survey That Is Being Conducted For Planning Purposes Only And The Information Received Will Assist The Government In Developing An Acquisition Method For This Project. This Notice Does Not Constitute A Commitment By The Government For Any Follow-on Announcements, Solicitation, Or Award. The Government Invites Responses From Other Than Small And Small Businesses. This Notice Will Be Used In Part To Determine If There Will Be A Small Business Reserve For The Procurement.
there Is An Industry Day Planned For 28 January 2025 Between The Hours Of: 9am-3:30pm. The Purpose Of The Industry Day Is To Encourage Industry Participation, Allow For Networking, Answer Respondent Questions And Confirm The Project Scope.
contract Information: The U.s. Army Corps Of Engineers (usace), Los Angeles District Will Select Construction Contracting Firm(s) For A Single Award Task Order Or Multiple Award Task Order For Construction Projects At Iron King Mine–humboldt Smelter (ikm-hs) Superfund Site, Remedial Action Construction (rac), Indefinite Delivery Indefinite Quantity (idiq), Dewey-humboldt, Az. The Idiq Will Have A Value Up To $249,000,000.00. The Contract(s) Are Anticipated To Be Awarded In 2nd Quarter Fiscal Year 2027 With A Five Year-base Period.
task Order Limits:
minimum: $1,000,000.00
maximum: $50,000,000.00
project Information: Usace Los Angeles District Entered Into A Cooperative Agreement With The United States Environmental Protection Agency (epa) To Provide Remedial Action For The Ikm-hs Superfund Site, Located In Dewey-humboldt, Arizona (site). The Remedial Action Selected Is Presented In The Record Of Decision (rod), Iron King Mine – Humboldt Smelter, Superfund Site, Dewey-humboldt, Yavapai County, Arizona, Epa Id: Az0000309013 (usepa, 2023). The Rac Will Be Completed In Compliance With The Rod And Supplemental Design Information. The Rod Selected Remedy Is Alternative 3b: On-site Consolidation/containment At Two Repositories With Waste Remaining East And West Of The Highway. The Highway Is State Route 69 That Serves As The Main Road To Prescott, Arizona, From Arizona Interstate 17. The Construction Contractor Will Be Expected To Perform The Work Described In The Rod Alternative 3b, Including The Dam Removal Noted Below, Retaining Wall Construction, Creating A Cap For The Two Repositories, And Other Construction Activities As Described And/or As Needed For The Site.
alternative 3b Removes Mine And Smelter Wastes, And Contaminated Soils And Moving Them To Two Waste Repositories. Mine Wastes And Contaminated Soils From The Former Mine And Surrounding Areas West Of Highway 69 Would Be Moved Into A Repository On The Existing Mine Tailings Pile West Of The Highway. Mine Wastes At The Former Smelter And In The Chaparral Gulch East Of Highway 69 Would Be Moved Into A Second Waste Repository East Of The Highway.
additionally, The Lower Chaparral Gulch Dam East Of The Highway Shall Be Removed To Allow Access To Waste In The Lower Chaparral Gulch And Restore The Natural Hydraulics And Vegetation Of The Drainage. This Shall Include Watershed And Habitat Restoration. A Specific Plan For Removal Of The Dam Will Be Provided To The Dam Removal Contractor.
additional Notable Details Concerning The Site Are Associated With The Former Pyrometallurgical Operations And The Wall Of Solid Slag Hanging On A Cliff Above The Agua Fria River. The Former Pyrometallurgical Operations Of The Humboldt Smelter, (former Blast Furnaces, Metal-purifying Converters, Coal And Coke Heating, Sintering, Power Generation, Etc.) Were Situated On The North End Of A High Plateau Surrounded By Steep Slopes And Lower Terrain. This Area Contains Soils Contaminated With Metals Including Arsenic And Lead And The Area Is Covered By Dross Waste. South Of The Former Pyrometallurgical Operations Area, The Smelter Plateau Also Contains Arsenic Lead Contaminated Soils.
on The Eastern Edge Of The Smelter Plateau, A Wall Of Solid Slag Hangs On The Cliff Above The Agua Fria River About 80 Feet High. It Contains Roughly 280,000 Cubic Yards Of Material. The Slag Is Similar To Solidified Lava Rock. It Is Inert And Does Not Pose A Chemical Health Risk Unless It Is Pulverized Into Soil-like Material Or Sediments. Data Indicates That Pulverized Slag Is Leachable And Slag Falling Into The River And Being Pulverized Could Release Metals To The River Over Time
the Contractor Performing This Work Shall Comply With All Applicable Federal, State, And Local Laws, And Regulations Including, But Not Limited To The 1968 National Oil And Hazardous Substances Pollution Contingency Plan, As Amended, And The 1980 Comprehensive Environmental Response, Compensation And Liability Act (cercla), As Amended.
supplemental Information
iron King Mine - Humboldt Smelter
dewey-humboldt, Az
site Documents & Data
https://cumulis.epa.gov/supercpad/siteprofiles/index.cfm?fuseaction=second.docdata&id=0905049#sc
iron King Mine - Humboldt Smelter | Superfund Site Profile | Superfund Site Information | Us Epa.
submission Requirements: Interested Firms Should Submit A Document Describing Relevant Demonstrated Experience And Qualifications Via Email Kinya.r.minami@usace.army.mil; Tezra.hamilton@usace.army.mil And Rubyann.prout@usace.army.mil No Later Than 11 February 2025. The Submissions Should Not Exceed 10 Pages. The Submission Will Address All Questions In The Sources Sought Questionnaire And Your Ability To Perform Services Stated In The Project Information Section Of This Sources Sought. The Purpose Of The Industry Day Is To Encourage Industry Participation, Allow For Networking, Answer Respondent Questions And Confirm The Project Scope. There Is An Industry Day Planned For 28 January 2025 Between The Hours Of: 9am-3:30pm. The Purpose Of The Industry Day Is To Encourage Industry Participation, Allow For Networking, Answer Respondent Questions And Confirm The Project Scope.
cover Letters And Extraneous Materials (brochures, Etc) Will Not Be Considered. Questions Concerning Submissions Should Be Directed To Kinya.r.minami@usace.army.mil; Tezra.hamilton@usace.army.mil And Rubyann.prout@usace.army.mil. Personal Visits For The Purpose Of Discussing This Announcement Will Not Be Scheduled. Emails Or Phone Calls Requesting Personal Visits Will Not Receive A Reply.
sources Sought Questionnaire
section 1: General
business Name:
business Address:
unique Entity Id (uei) In Sam:
if Joint Venture (jv), Submit Uei Of The Jv:
responsible Point Of Contact (name, Number, Email Address):
offeror's Type Of Business And Business Size (small Business, Sdb/8(a), Wosb, Hubzone, Sdvosb Or Other Than Small Business (otsb), Native Americans, Native Hawaiians, Or Alaska Native Corporations
section 2: Contractor Arrangement
1) our Firm Will Be Proposing On This Project As A:
a. sole Contractor
b. prime Contractor (if Small Business) Self-performing At Least 15% Of The Work, Or
c. joint Venture With (insert Business Name, Business Size, And Uei). (see Far Subpart 9.6 For Government Policy On Teaming Arrangements, As Well As 8(a)program Regulations Described In 13 Cfr 124.513, Hubzone Program Regulations Described In 13 Cfr 126.616, And Service-disabled Veteran Owned Program Regulations Described In Far 19.1403(c) And 13 Cfr 125.15 (b).)
d. Other Than Small Business (otsb)
section 3: Past Performance/capability
past Performance Must Include Project Examples From $5,000,000.00 To $249,000,000.00 In Value. The Idiq Will Be Up To $249,000,000.00 The Specific Contract Types Such As Firm Fixed Price (ffp) And Cost Reimbursable (cr), Are Required To Be Specified In The Capability Statements. The Past Performance Duration Is Within The Past 10 Years For Work In Support Of Comprehensive Environmental Response, Compensation And Liability Act (cercla), Resource Conservation And Recovery Act (rcra) And/or Military Installation Restoration Program Sites.
the Paste Performance Information Should Include:
project Title And Location
general Description To Demonstrate Relevance To The Proposed Project
scopes Self-performed Vs Subcontracted
dollar Value Of Contract
percentage Self-performed Vs Subcontracted
agency Or Government Entity For Which The Work Was Performed With Contact Information If Possible (reference Name, Phone Number And E-mail Address).
demonstrate Compliance With Various Environmental And Construction Permits
ability To Perform Work On Time/within Budget
capacity To Execute This Project With Other Ongoing Contracts
(3) Projects That Are Complete Or At Least 50% Complete That Ran Concurrently Within The Past Ten Years
* Note: If Providing Info About A Contract Team, Jv, Etc, Please Provide Examples Where The Team Has Worked Together. Provide A General Description/percentage Of The Work Of Each Team Member.
1) provide Examples Of Experience With Similar Projects In A Firm Fixed Price Or Cost Reimbursable Contract Type.
2) construction Project(s) Experience Within The Last 5 To 10 Years For The Types Shown In The Following List.
a. dam Removal, All Types .
b. concrete Dam Removal.
i. provide Examples Of Coordination With Appropriate State Dam Safety Officials Regarding Dam Removal.
c. borrow Area Excavation, Restoration, And Revegetation Plans.
d. retaining Wall Construction.
e. stream Restoration And Activities Following Dam Removal.
f. waste Repository Construction.
i. regulatory Compliance.
ii. landfills And Repositories Liner And Cover Systems Design And Construction.
iii. landfill Monitoring Instrumentation Installation.
g. examples Of Projects Using Specifications Using Unified Facilities Guide Specifications (ufgs) Products.
h. ecosystem Restoration Design And Application.
3) provide Examples Of Experience With Site Remediation, Waste Removal, And/or Site Restoration Of Similar Scope And Size Within The Past 5 To 10 Years.
4) provide Examples Of Experience With Waste Remediation And/or Waste Removal For Projects Ranging Value From $5,000,000.00 To $20,000,0000.00 Within The Past 5 To 10 Years.
5) provide Examples Of Experience With Waste Remediation And/or Waste Removal For Projects Ranging In Value From $20,000,000.00 To $99,000,000.00 Within The Past 5 To 10 Years.
6) provide Ability To Satisfy Safety And Environmental Regulations In Accordance With The Site Requirements, Along With Local And State Regulations.
7) offeror's Bonding Capability (construction Bonding Level Per Contract And Aggregate Construction Bonding Level, Expressed In Dollars) And Current Local Contracting Capacity.
8) describe Examples Of Contracting With Local/regional Businesses.
provide Examples Of Epa Work Experience, If Applicable.
“the Remedial Action Construction (rac), Indefinite Delivery/indefinite Quantity (idiq), Contract Up To $249m, Notice Id W912pl25s0009, Contract Award Will Not Be Dependent Upon Completion Of The Initial Design Packages From Iron King Mine – Humboldt Smelter, Remedial Design (rd), Indefinite Delivery/indefinite Quantity (idiq), Contract Up To $49m, Notice Id W912pl25s0007. The Rac Base Initial Task Order Scope Will Be Changed From Execution And Construction Of Rd (to Include Repository Construction, Dam Removal, Site Restoration) To Construction Of Site Work That Defines The Ikm-hs Transportation Routes And Construction Staging Areas.”
Closing Date11 Feb 2025
Tender AmountRefer Documents
Ministry of Justice Tender
Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
France
Details: This Framework Agreement Covers The Carrying Out Of Preliminary Land And Urban Planning Studies (Data Collection, Feasibility Study) And The Drafting Of Specific Files (Project Declaration, Declaration Of Public Utility, Environmental Study, The Carrying Out Of Impact Studies, Of The Compatibility File Of Urban Planning Documents (Excluding The Land Survey File) Relating To The Construction Of Large (Several Hundred Places) And Small Capacity (Between 15 And 150 Places, Such As Semi-Freedom Center Or Structure For Support Towards Release) Penitentiary Establishments In Mayotte. It May Be Executed Via The Issuance Of Purchase Orders And Subsequent Contracts. Framework Agreement Without Mini / With A Maxi Over The Total Duration Of The AC Of €198,000 excluding VAT. AC With A Duration Of 12 Months Renewable 3 Times - 48 Months (4 Years) Max.
Closing Date13 Jan 2025
Tender AmountRefer Documents
6901-6910 of 6993 archived Tenders