Survey Tenders

Survey Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Sources Sought Notice 36c77625q0092 Has Been Replaced With 36c77625q0094 synopsis: Introduction: In Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). The Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Construction Project At The Lake City Va Medical Center Located At 619 S Marion Ave., Lake City, Fl. 32025. Project Description: The Scope Of This Project Is To Upgrade The Facility Infrastructure To Support The New Electronic Health Record Modernization (ehrm) System In Accordance With The Va Oehrm Site Infrastructure Requirements And Infrastructure Standard For Telecommunications Spaces V3.1. This Project Is To Replace All Data Infrastructure For The Campus. This Will Include New Data Center Equipment, New Telecom Rooms/equipment And New Data Drops To All Existing Data Outlets. Existing Equipment And Cabling Will Be Removed From Existing Tr Rooms. In Most Cases Existing Rooms Contain Other Systems Not Being Addressed In This Project And Rooms Cannot Be Reused For Other Functions. Procurement Information: The Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. This Project Is Planned For Advertising In Early-april 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 1095 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. Capability Statement: Respondents Shall Provide A General Capabilities Statement To Include The Following Information: Section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. Section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). Section 3: Provide A Statement Of Interest In The Project. Section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: No More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. Provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. Describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. It Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By January 30, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted. The Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. At This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. Contracting Office Address: Vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 Independence, Oh 44131 Primary Point Of Contact: Jason Phillip Contract Specialist Jason.phillip@va.gov Secondary Point Of Contact: Bridget May Contracting Officer Bridget.may@va.gov
Closing Date30 Jan 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Civil And Construction...+1Building Construction
United States
Details: The Indian Health Service (ihs) Is Conducting A Sources Sought/request For Information As Outlined In Far 15.201(c)(3) To Gain Knowledge Of Interest, Capabilities, And Qualifications Of Firms Especially Small Businesses Including: Native American/indian-owned Businesses (indian Economic Enterprise (iee)), 8(a) Certified Small Businesses, Historically Underutilized Business Zones (hub-zone) Small Businesses, Women Owned Small Businesses, Service Disabled Veteran-owned Small Businesses (sdvosb), Small Disadvantaged Businesses (sdb), And Veteran Owned Small Businesses. no Proposals Are Being Requested Or Accepted With This Rfi. This Is Not A Solicitation For Proposals. Respondents Will Not Be Notified Of The Results Of This Notice. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice Or Any Follow-up Information Requested. market Research Is Being Performed Pursuant To Federal Acquisition Regulation (far) Part 10 To Identify Businesses Capable Of Performing The Functions Described Herein. summary Of Scope the Contractor Shall Demolish And Dispose Of The Original Hospital Building (building 21) And Nurse’s Quarters (building 22) Located On The Campus Of The Nespelem Health Center In Nespelem, Wa, On The Colville Indian Reservation And Return And The Land To Leasable Condition. The Buildings Were Constructed In 1934-35 By The Bureau Of Indian Affairs (bia). The Original Hospital Building Is A Two-story (1st Floor And Daylight Basement), 17,010 Square Feet Concrete Building On A Concrete Slab. The Nurse’s Quarters Is A Single Story Concrete Structure And Concrete Basement On A Concrete Slab, Which Is 3,402 Square Feet. the Former Hospital Buildings Are Almost 100 Years Old, And Have Been Used Exclusively For Storage For The Past 15 Years. They Are Constructed Of Thick Concrete Walls Which Contain Asbestos And Lead Based Paint Throughout The Building Walls And Floors, And In Certain Other Locations, As Specified In The 2008 Asbestos And Lead Based Paint Survey And Inspection. The Asbestos Materials May Be Abated Concurrently With The Demolition Of The Structure By A Licensed Contractor Using The Wet Method With Appropriate Site Controls In Place, Or Other Approved Method. the Type Of Work To Be Performed Will Be Categorized Under Psc P400 Salvage - Demolition Of Buildings And Naics 238910 Site Preparation Contractors With A Size Standard Of $19 Million. responses - Submittal responses To This Notice Must Be Emailed To Toby Hayden At Toby.hayden@ihs.gov And Must Be Received No Later Than 12pm Pt On February 14, 2025. Responses Must Include: company Information: Company Name, Website, Physical Address, Sam Uei Code point Of Contact: Contact Name, Phone Number, And E-mail Address if A Solicitation Is Issued, Will Your Firm/company Be Submitting A Proposal? Indicate Yes Or No type Of Business: Native American-owned (iee/isbee), Sba Certified 8(a), Sba Certified Hub Zone, Service Disabled Veteran-owned Small Businesses (sdvosb), Women Owned Small Business (wosb), And/or Small Businesses (sb). For More Information On The Definitions Or Requirements For These Small Business Programs, Refer To Http://www.sba.gov. native American-owned (iee/isbee) Firms - Submit Completed Attachment 1: Ihs Iee Representation Form (jan 2022) Along With The Controlling Enterprise’s Department Of The Interior, Bureau Of Indian Affairs Certificate Of Degree Of Indian Blood Documentation. Please Note That There Shall Be No Personally Identifiable Information (pii), Such As Social Security Numbers, Included In The Documentation Submitted. Any Pii Shall Be Redacted Prior To Submission. experience Submission Requirements: Submit At Least Two (2) But No More Than Five (5) Projects Completed By Your Firm Within The Last Seven (7) Years That Are Similar To The Work That Will Be Required Under This Project. Firms Shall Include The Following Information For Each Project: indicate Whether Prime Contractor Or Subcontractor For Each Project Submitted; dates For Each Project Submitted; contract Value, Location, Completion Date, And Complexity Of Job For Each Project Submitted; indicate Whether The Project Is A Federal, State, Tribal Or Other For Each Project Submitted; And project References/agency Point Of Contact (telephone Number And Email Address) For Each Project Submitted. if The Entity Responding To This Sources Sought Is Submitting Experience Information From Any Entity That Does Not Match The Name, Cage Code, And/or Uei Exactly As Stated On The Submitting Entity’s Sam Record (e.g. Affiliates, Subsidiaries, Parent Companies, Sister Companies, Etc.) The Submission Shall Clearly Demonstrate How That Entity Will Have Meaningful Involvement In The Performance Of The Contract And Specifically Address Which Resources Would Be Committed To The Contract. Failure To Comply With This Requirement Or Failure To Adequately Demonstrate Meaningful Involvement And Commitment Of Resources On Behalf Of That Entity May Result In That Experience Information To Be Considered Not Relevant. along With The Project Experience Submission, The Following Questions Shall Be Answered In Your Firms’ Submission: how Is Your Company Structured To Handle Quality Control Of The Various Disciplines Of A Project? (i.e., What Position(s) (full-time/part-time) Are Employed Under Your Company To Perform Qc?) does Your Company Primarily Handle The Activities Related To Project Management By The Prime Contractor And If So, What Are Those Activities? does Your Company Self-perform Any Of The Disciplines, If So, What Are Those Disciplines? What Disciplines Does Your Company Anticipate Self-performing For This Specific Project? additional Information: pursuant To 48 Cfr Part 326, Subpart 326.603-3 And Ihm 5.5-6, Indian Health Service Must Use The Negotiation Authority Of The Buy Indian Act, 25 U.s.c. 47, To Give Preference To Indian Economic Enterprises (iee) Whenever The Use Of That Authority Is Authorized And Practicable. The Government Is Seeking To Identify Indian Small Business Economic Enterprises (isbees) Capable Of Performing The Below Indian Health Services (ihs) Requirement. Any Firm Responding To This Notice Should Submit Their Capability Statement As Well As The Buy Indian Act Indian Economic Enterprise Representation Form (attached). indian Small Business Economic Enterprises (isbees) As Well As Other Small Business Are Highly Encouraged To Respond To This Notice. However, Firms Should Understand That Generic Capability Statements Are Not Sufficient For Effective Evaluation Of Their Capacity And Capability To Perform The Work Required. Please Note That A Decision Not To Submit A Response To This Request For Information Will Not Preclude A Firm From Participating In Any Future Solicitation. all Information Received In Response To This Source Sought That Is Marked Proprietary Will Be Handled Accordingly. Documents And/or Information Other Than What Is Requested Will Not Be Reviewed. Information Submitted Beyond What Is Requested Will Not Be Considered. questions: questions Regarding This Sources Sought May Be Emailed To Toby Hayden At Toby.hayden@ihs.gov.
Closing Date14 Feb 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
United States
Details: Sources Sought Notice For Indian Ecomomic Enterprises (iee), Indian Small Business Economic Enterprises (isbee) Or Small Business Or Other Than Small Business – This Is Not A Solicitation For Proposal And No Contract Shall Be Awarded From This Notice. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. the Indian Health Service (ihs), Phoenix Area Office (pao), Division Of Acquisition Management (dam) Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support On Providing Medtronic Integrated Power Console (ipc) System, M5 Microdebrider Handpiece, Accessories, Configuration, Trade-in And Annual Services. Reference Ihs1507746-pimc. requirement: Mfg: Medtronic product Number Product Description Uom Qty ipces2syskit Bundle Ipc Sys And Endoscrub 2 Access Ea(1) 1 1852000 Footswitch 1852000 Endo-scrub 2, Included Ea(1) 1 1897510 Basket 1897510 Xps Iv Pole Storage, Included Ea(1) 1 1897821 Power Cord 1897821 6 Meter Iec320 115v, Included Ea(1) 1 1898001 Console 1898001 Ipc, Included Ea(1) 1 1898430 Foot Switch 1898430, Included Ea(1) 1 1898851 Manual 1898851 Integrated Pwr Console En, Included Ea(1) 1 1991015 Finger Switch 1991015 Ndo-scrub 2, Included Ea(1) 1 m5kit1td Bundle M5 Microdbr W/instr Tray Trade In Ea(1) 2 1899076 Instrument Tray 1899076 M5, Included Ea(1) 1 1899200 Microdebrider 1899200 M5 Rohs, Included Ea(1) 1 delivery To: Phoenix Indian Medical Center, 4212 North 16th Street Bldg-9, Phoenix, Az 85016 the Applicable Naics Code To This Procurement Is 339112 – Surgical And Medical Instrument Manufacturing And Size Standard Is 1,000 Employees. an E-mail Letter Of Interest That Includes Your Firm’s Capability Statement Highlighting Past Performance For Similar Deliveries Performed Within The Past 5 Years And Indicate The Following Social Economic Status Information Is All That Is Required At This Time. is Your Firm A: ___ Indian Small Business Economic Enterprise/native Owned Small Business or ___ Small Business (sb), ___ Veteran-owned Sb, ___ Service-disabled Veteran-owned Sb, ___ Hubzone Sb ___ Small Disadvantage Business, ___ Women-owned Sb or ___ Other Than Small Business buy Indian Act the Ihs Contracting Officer Will Give Priority For All Purchases, Regardless Of Dollar Value, By Utilizing Isbee Set-aside To The Maximum Extent Possible. Each Acquisition Of Supplies, Services Or Construction That Is Subject To Commercial Items (far 12.209) Or Simplified Acquisition Procedures (sap) (far 13.106) Must Be Set-aside Exclusively For Isbees. definition(s): Indian Economic Enterprise (iee) - Any Business Activity Owned By One Or More Indians, Federally Recognized Indian Tribes, Or Alaska Native Corporations Provided That:  The Combined Indian, Federally Recognized Indian Tribe Or Alaska Native Corporation Ownership Of The Enterprise Constitutes Not Less Than 51%;  The Indian, Federal Recognized Indian Tribes, Or Alaska Native Corporations Must, Together, Receive At Least 51% Of The Earnings From The Contract; And  The Management And Daily Business Operations Must Be Controlled By One Or More Individuals Who Are Indians. definition: Indian Small Business Economic Enterprise (isbee) – An Iee That Is Also A Small Business Concern Established In Accordance With The Criteria And Size Standards Of 13 Cfr Part 121. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Isbee Or Small Business Or Procured Through Full And Open Competition, And A Single Award May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Supplies Are Invited To Submit A Response To This Sources Sought Notice By February 19, 2025 4:00 Pm Mst. All Responses Under This Sources Sought Notice Must Be Emailed To Donovan.conley@ihs.gov And Reference: Ihs1507746-pimc. all Interested Firms Who Can Meet The Requirements Stated Above Should Respond, In Writing, Including All The Following: 1. Company Name. 2. Point Of Contact (name/title/telephone Number/e-mail Address). 3. Fss / Sewp Contract Number, If Applicable. 4. Duns Number Or Sam Unique Entity Identifier Number. 5. Tax Id Number. 6. Indication Of Which Business Category (iee Or Isbee) For Which The Organization Qualifies. 7. A Capability Statement That Addresses The Organizations Qualifications And Ability To Provide The Requirement Depicted Above. 9. Documentation From Manufacturer (i.e., Correspondence From Manufacturer) Of Your Firm Being An Authorized Distributor For The Manufacturer. additionally, Since Ihs Must Conduct Sufficient Market Research In Determining If There Is Reasonable Expectation Of Obtaining Offers From Two Or More Indian Economic Enterprises (iee), For Every Commercial Contract Opportunity, In Accordance With Hhsar 326.603-1. to Identify And Support Responsible Iee/isbee(s) And Prevent Circumvention Or Abuse Of The Buy Indian Act, Interested, Qualified, Vendors Must Provide The Following:  Representation Must Be Made On The Designated Ihs Indian Economic Enterprise Representation Form (attached) Through Which The Offeror Will Self-certify Eligibility; And,  Identify The Federally Recognized Indian Tribe Or Alaska Native Corporation Upon Which The Offeror Relies For Its Iee Status. interested Firms Are Reminded That In Accordance With Far 4.12, Prospective Contractors Shall Complete Electronic Annual Representations And Certifications In Conjunction With Far 4.1102 Required To Be Registered In The Systems For Award Management (sam) At The Time An Offer Or Quotation Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. The Government Will Use Responses To This Notice To Make An Appropriate Acquisition Decision. This Is The Only Notice: No Other Copies Of This Notice Will Be Provided. if You Have Any Questions Concerning This Opportunity Please Contact: donovan Conley contract Specialist phoenix Area Office, Acquisition Department 40 North Central Ave 602-200-5374 attachment: 1. Ihs Indian Economic Enterprises Representatives Form
Closing Date19 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Oklahoma City Va Medical Center Located In Oklahoma City, Ok. project Description: upgrade The Facility Infrastructure To Support The New Electronic Health Record Modernization (ehrm) System In Accordance With Va Oehrm Site Infrastructure Requirements (provided By Vha). This Project Includes But Not Limited To The Following Infrastructure Improvements: Electrical (electrical Panel Upgrade, Power (normal And Emergency)), Bonding, Ups, Building Management System Interfaces, Assess For New And Upgrades To Existing Hvac, Reconfiguration, Expansion And Renovation Of Existing Space (demo, New Construction, Finishes), Communication Infrastructure (new Data Outlets, Patch Panels, Upgrade To Cat 6a Cable) In Buildings As Necessary, Physical Upgrades, Assess And Upgrade Fiber Infrastructure Backbone Campus Wide Within Buildings And Between Buildings, Hazardous Material Abatement. Project Buildings Locations Include Buildings 1,5,19,21, Site, Lawton And Friendship House. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid To Late-march 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $10,000,000.00 And $20,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 730 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By February 20, 2025, At 3:00 Pm Ct. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 independence, Oh 44131 primary Point Of Contact: aline Cruthers contract Specialist aline.cruthers@va.gov secondary Point Of Contact: jessica Hicks contracting Officer jessica.hicks1@va.gov
Closing Date20 Feb 2025
Tender AmountRefer Documents 

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
United States
Details: Presolicitation Notice/advertisement Gsa Public Buildings Service u.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state: la city: baton Rouge delineated Area: starting At The Intersection Of Scenic Highway And Blount Rd, Travel East On Blount Rd To Plank Rd. Go South On Plank Rd To Ford St. Proceed East On Ford St To Mickens Rd. Go South On Mickens Rd To Silverleaf Ave. Proceed South On Silverleaf Ave To Greenwell St. Travel West On Greenwell St To Airline Hwy. Go South On Airline Hwy To Prescott Rd. Proceed East On Prescott Rd To Lanier Dr. Travel South On Lanier Dr To Greenwell Springs Rd. Go East On Greenwell Springs Rd To N. Sherwood Forest Dr. Continue South On N. Sherwood Forest Dr To S. Choctaw Dr. Travel East On S. Choctaw Dr To Central T Hwy. Go South On Central T Hwy To Florida Blvd. Continue West On Florida Blvd To S. Flannery Rd. Proceed South On S. Flannery Rd To Old Hammond Hwy. Go East On Old Hammond Hwy To Millerville Rd. Travel South On Millerville Rd To I-12. Travel East On I-12 To O’neal Ln. Go South On O’neal Ln To S. Harrell’s Ferry Rd. Proceed West On S. Harrell’s Ferry Rd To Jones Creek Rd. Continue South On Jones Creek Rd To Coursey Blvd. Travel West On Coursey Blvd To Stumberg Ln. Go South On Stumberg Ln To Jefferson Hwy. Proceed West On Jefferson Hwy To Airline Highway. Continue North On Airline Hwy To Jefferson Hwy. Proceed West On Jefferson Hwy To Bluebonnet Blvd. Travel South On Bluebonnet Blvd To Burbank Dr. Go West On Burbank Dr To W. Lee Dr. Continue South On W. Lee Dr To Nicholson Dr. Proceed South On Nicholson Dr To L’auberge Crossing Dr Ln. Continue South On L’auberge Crossing Dr To River Rd. Travel West Then North On River Rd To Chippewa St. Proceed East On Chippewa St To S. Interstate 110-hwy. Continue North On S. Interstate 110-hwy To Airline Hwy. Go West On Airline Hwy To Scenic Hwy. Travel North On Scenic Hwy To The Intersection Of Blount Rd And Scenic Hwy. minimum Sq. Ft. (aboa): 27,000 maximum Sq. Ft. (aboa): 29,700 space Type: office, Lab, And Storage parking Spaces (total): 25 Parking Spaces parking Spaces (surface): 25 Parking Spaces full Term: 17 Years firm Term: 15 Years additional Requirements: general Building/space Condition a Single Tenant Facility Is The Most Suitable For This Unique Requirement noise And Vibration Events Adversely Affect This Tenancy And Sites Encountering This Should Be Avoided Or A Mitigation Plan Must Be Provided. space Shall Be Located In A Modern Quality Building Of Sound And Substantial Construction With A Facade Of Stone, Marble, Brick, Stainless Steel, Aluminum Or Other Permanent Materials In Good Condition And Acceptable To The Gsa Lease Contracting Officer. If Not A New Building, The Space Offered Shall Be In A Building That Has Undergone, Or Will Be Complete By Occupancy, Modernization Or Adaptive Reuse For The Space With Modern Conveniences. space Should Allow For An Efficient Layout Pursuant To Agency’s Special Requirements. aboa Sf Does Not Include Areas Such As Stairs, Elevators, Mechanical And Utility Rooms, Ducts, Shafts, Vestibules, Public Corridors And Public Toilets Required By Local Code. normal Hours Of Operation: 7:00 Am – 5:00 Pm M - F; Offered Space Must Be Accessible 24/7. gsa Requires A Loading Area With Protection From Weather. not All Minimum Requirements Are Reflected In This Advertisement. Offered Space Must Meet All Government Requirements Contained In The Rlp/lease To Be Issued, Including, But Not Limited To, The Agency Specific Requirements And Facility Security Level Ii Requirements By The Occupancy Date Per The Terms Of The Lease. 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. a Map Of The Delineated Area Is Provided For Further Clarification Of The Boundaries: expression Of Interest Submission Instructions/requirements: please Provide The Following Basic Information And Descriptions Pertaining To The Building You Propose For Consideration. all Submissions Should Include The Following Information: name Of Owner; property Authorization Letter From The Owner; address Or Locational Description Of The Building; age Of Building; total Gross Square Feet; And Gross Square Feet Per Floor; site Plan Depicting The Building And Parking; floor Plan And Gross Square Footage Of The Proposed Space; identification Of On-site Parking; a Map Demonstrating The Building Is Within The Delineated Area; a Map Depicting The Location Of Public Transportation Stops Within Proximity To The Property; a Map Depicting The Evidence Of Amenities Within Close Proximity Of The Property; building Owners Must Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Must Provide Evidence Of Permission Or Authority Granted By Property Owner To Submit The Building To Gsa For Development; expressions Of Interest Due: january 20, 2025 market Survey (estimated): tbd occupancy (estimated): october 2026 send Expressions Of Interest To: name/title: ed Brennan, Gsa Broker Contractor sam Dyson, Gsa Broker Contractor 202-652-4194 / 571-289-3915 email Address: edward.brennan@gsa.gov samuel.dyson@gsa.gov government Contact Information lease Contracting Officer kristine Deltorto project Manager aaron Laboon broker ed Brennan
Closing Date20 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: Dashields Locks And Dam Upper Guide Wall Stabilization Dashields Locks And Dam, Corapolis, Pa The U.s. Army Corps Of Engineers, Pittsburgh District, Has A Project That Involves Construction Of Two Stone Buttresses On Each Side Of The Upper Guide Wall (ugw) Along The Ohio River To Provide Additional Passive Resistance To The Guide Wall And Adjacent Sheet Pile Wall At Dashields Locks And Dam, Allegheny County, Pa. The Work Is To Be Performed From The Riverward Side Of The Existing Ugw From A Floating Plant. The Contract Generally Includes Performing Test Borings At The Locations And Points In Time As Outlined In The Contract Drawings And Specifications, Construction Of Two Buttress Comprised Of Riprap And Derrick Stone And Installing Instrumentation (piezometers And Inclinometers) At The Locations And Depths As Noted On The Contract Drawings. The Major Features Of The Requirements Are Identified Below: The Contract Specifically Includes: A. Erosion And Sediment Controls Consistent With The Magnitude And Scope Of Projects Involving Work On A Waterway. This Project Is Expected To Have Limited Erosion And Sediment Controls.b. Completion Of River Borings Ugws-1 And Ugws-2 With Spt Sampling Advanced Using Spun Casing As Well As Sonic Drilling Methods. Soil Samples Collected During The Investigation Are To Be Sent Out To An Approved Geotechnical Laboratory For Testing As Outlined In The Technical Specifications. After The Successful Completion Of The Two Borings, Construction Of The Instream Buttress Can Commence.c. After The Construction Of The Instream Buttress, The Contractor Shall Survey The Buttress To Confirm It Has Been Constructed To The Grades And Limits Depicted On The Drawings. Once The Buttress Has Been Officially Approved By The Contracting Officer Or Designatedrepresentative, Construction Of The Landward Buttress Can Commence.? During The Landward Buttress Construction, Limited Demolition Of Existing Hpiles For The Old Variable Height Mooring System And Cutting Of The Top Of Select Sheet Piles As Outlined On The Contract Drawings Can Be Performed. D. After The Completion Of The Landward Buttress, Nine Test Borings Are To Be Completed Along The Hillside To The Depths And At The Locations Depicted On The Contract Drawings. E. Automated Instrumentation Shall Be Installed Within The Sampled Hillside Borings. The Borings Will Receive Either A Vibrating Wire Piezometer Or In-place Inclinometer And Shallbe Connected To An Automated Data Acquisition System (adas) As Outlined On The Contract Drawings. The Contractor Shall Maintain And Read The Instrumentation At The Frequencies Outlined In The Technical Specifications. After The Completion Of The Contract, Usace Will Retain The Instrumentation And Perform Data Collection.construction Spoils, Including But Not Limited To Stripped Topsoil, Cleared Brush Concrete Rubble And Other Construction Waste Material Must Be Disposed Of At A Commercially Permitted Facility Licensed To Accept The Waste Or Recycled If Applicable. The Work Shall Be Completed Within 365 Calendar Days After Written Notice To Proceed. Disclosure Of Magnitude Of Construction (far 36.204 And Dfars 236.204) Between $5,000,000 And $10,000,000the Acquisition Will Be Procured As 100% Set-aside For Small Business. The Resulting Award Will Be For One (1) Firm-fixed-price (ffp) Contract. All Responsible Bidders Are Encouraged To Participate. The Invitation For Bid (ifb) Will Be Issued On Or About 11:00am Et, 29 January 2025, Online Through Procurement Integrated Enterprise Environment (piee) Which Posts The Opportunity To Sam.gov; Therefore, Requests For Hardcopies Of The Solicitation Will Not Be Honored.the North American Industrial Classification System (naics) Code For This Acquisition Is 237990 - Other Heavy And Civil Engineering Construction. The Small Business Size Standard For This Naics Code Is $45000000.in Order To Submit A Bid On This Project, Your Company Must-1) be Registered In System For Award Management (sam) And Maintain An Active Registration Status. 2) be Registered In The Procurement Integrated Enterprise Environment (piee) For The Solicitation Module With The Proposal Manager Manger Role. System For Award Management (sam) Registrationregistering In Sam.gov Includes Both Entity Validation And Entity Registration.to Register In Sam:a. navigate To Sam.govb. select Sign-in (top Right)c. select Create An Account Then Follow The Instructions. D. after Account Is Set-up, Select Sign In.e. under The Entity Management Widget, Select ?get Started? Button. F. select Register Entity. As Part Of Entity Registration, A Unique Entity Id Will Be Assigned.for Additional Information On Samto Register Your Entity (company), Please Visit Https:/www.fsd.gov/gsafsd_sp?id=gsa_index . Here You Will Find The Following, get Started With Your Registration check Registration Status ? Active, Inactive, Pending update Your Registration become An Entity Administrator validate Your Entity *access User Guides *by Selecting This Option, You Can Obtain A Quick Start Guide For Contract Registrations.also, Here You Will Find In Addition To The User Guides - Faqs, Videos, And Definitions.please Noteit Is Mandatory That All Companies Be Registered In Sam In Order To Receive Federal Contracts.there Is No Charge To Register Or Maintain Your Company (entity) Registration.login.gov Manages Usernames And Passwords For Sam.gov. *important* Registration Informationregistration Can Take At Least Ten (10) Business Days To Be Active In Sam.gov.registration Must Be In Active Status Upon Offer Submission And Remain Active During Award Period.registration Must Be Renewed Every 365 Days To Remain Active.the Federal Service Desk (fsd) For Sam Questions, May Be Contacted. Phone Number: 866-606-8220hours Of Operation: Monday-friday 8 A.m. To 8 P.m. Etprocurement Integrated Enterprise Environment (piee) Solicitation Module Registrationto Register For Piee Follow The Below Instructions. Register In Piee:a. Navigate To Https://piee.eb.mil/b. Select Register [top Right]c. Select Vendord. Create A User Id And Password And Follow The Prompts [next]e. Create Security Questions [next]f. Complete Your User Profile Information [next]g. Complete Your Supervisor Or Approving Official Information [next]h. Complete Rolesi. Step 1. Select Sol-solicitationii. Step 2. Select Proposal Manageriii. Step 3. Click Add Rolesiv. Step 4. Fill In Your Location Code (cage Code) [next]i. Provide A Justification For Your Registration [next]j. Follow The Remaining Prompts To Submit Your Registrationthe Procurement Integrated Enterprise Environment (piee) Help Desk May Be Reached By Calling Telephone Number 866-618-5988 For Assistance.
Closing Date7 Feb 2025
Tender AmountRefer Documents 

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Batutu Ris 1. The National Irrigation Administration – Irrigation Management Office Davao De Oro, Through The Gaa 2025 – Repair Nis Intends To Apply The Sum Of Twenty Three Million Eight Hundred Forty Thousand Pesos (php 23,840,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Package 1: Repair Of Protection Dike At Talisay Check Structure And Canalization Of Lateral A Extra West With Canal Structures Of Batutu Ris, New Bataan, Davao De Oro Under Lmc No. Ddo 2025-004. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The National Irrigation Administration – Irrigation Management Office Davao De Oro Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 270 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration – Irrigation Management Office Davao De Oro And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Monday-friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 01, 2025 - January 17, 2025, 5:00 Pm From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (php 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than 5:00 Pm On January 17, 2025. 6. The National Irrigation Administration – Irrigation Management Office Davao De Oro Will Hold A Pre-bid Conference On January 09, 2025, 9:00 Am At Nia-imo Ddo Conference Room, Dagohoy St., Poblacion, Compostela, Davao De Oro And/or Through Videoconferencing/webcasting Via Zoom Or Google Meet (id Will Be Sent During The Conference), Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before January 21, 2025, 8:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 21, 2025, 8:30 Am At The Given Address Nia-imo Ddo Conference Room, Dagohoy St., Poblacion, Compostela, Davao De Oro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Other Information: A. Site Inspection (will Be Scheduled During Pre-bidding Conference; Strictly One (1) Time Schedule Only) Is Required Before Procuring Bid Documents. B. Interested Bidders Who Have Not Attended The Pre-bidding Conference Will Be Required To Purchase The Minutes Of The Pre-bidding Conference As An Additional Requirement (pre-requisite Before Site Visit). C. License Minimum Size Range & Classification: Medium A - Irrigation And Flood Control D. Minimum Equipment Requirements: Equipment Units Equipment Units Dump Truck (all Models - 6 Cu.m.) 2.00 Cargo Truck (195 Hp - 6-8 Tons) 1.00 Backhoe Crawler Ex 270 Dx (0.75 Cu.m.) 2.00 Generator Set 1.00 Portable Welding Machine 1.00 Oxygen & Acetylene With Cutting Outfit 1.00 Edger 1.00 Self Propelled Compactor 1.00 Plate Compactor 1.00 Centrifugal Pump 1.00 Mixer (1 Bagger) 2.00 Concrete Vibrator 1.00 Concrete Cylinder Molds (1set@3pcs) 3.00 Survey Instrument (level) 1.00 E. Minimum Requirement Of Key Personnel: Key Personnel Relevant Key Personnel Relevant Experience Experience 1 – Project Manager 5 Years 1 – Materials Engineer 5 Years 1 – Project Engineer 5 Years 1 – Safety Officer 5 Years 1 – Foreman 5 Years F. For The Processing Of Payment Of Bidding Documents, Please Be Reminded To Bring The Following Pre-qualification Documents: G1. Letter Of Intent G2. Company Profile G3. Notarized Site Visit Certificate With Attached Geotagged Photo G4. Certification From All Provincial Offices (davao Del Sur, Davao Oriental, Davao Del Norte, And Davao De Oro) Including Rio That The Contractor Has Not Incurred 3 Strikes From Previous Biddings, No Negative Slippage Of On-going Contracts, And No Unsatisfactory Rating On Cpes Evaluation /certification From Imo That The Comments From The Latest Cpes Evaluation Have Been Satisfactorily Rectified And Now Meets All Compliance Standard. G5. Special Power Of Attorney (spa)/ Secretary’s Certificate With Organizational Chart G6. Valid Id (plus Company Id, In The Case Of A Representative) G7. Original Pcab License G8. Statement Of The Bidder's Single Largest Completed Contract (slcc) 11. The National Irrigation Administration – Irrigation Management Office Davao De Oro Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: The Bac Secretariat Nia-imo Davao De Oro Dagohoy St. Poblacion, Compostela, Davao De Oro Cellphone No. (smart) 0998-8648710 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&orgid=86489&type=agency&clickfrom=openopp December 27, 2024 Alex A. Merlin Bac Chairman
Closing Date21 Jan 2025
Tender AmountPHP 23.8 Million (USD 407 K)

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+2Civil Works Others, Building Construction
Corrigendum : Closing Date Modified
United States
Details: Description this Is A Sources Sought Synopsis Only. This Is Not A Request For Offers Or Proposals. This Notice Does Not Represent A Commitment By The Government To Issue A Solicitation Or Award A Contract. Information Received Will Be Used To Determine The Availability Of Technically Capable And Otherwise Responsible Firms That Would Be Interested In Submiting Offers. the General Services Administration (gsa), Public Buildings Service (pbs), Region 10, Acquisition Management Division, Capital Construction Branch Is Conducting A Market Survey And Is Seeking Competent And Qualified Construction Firms To Provide Design-build (d-b) Services For The Modernization Of The Alcan Land Port Of Entry (lpoe) In Tok, Alaska. Gsa Is Seeking Highly Qualified Firms With D-b Experience In The Following; 1) Design And Construction Of Similar And Relevant Projects; And 2) Adequate Bonding Capacity. **see The Capability Statement Section Below For More Information Regarding Experience. the Magnitude Of Construction Is Estimated To Be More Than $350,000,000. general Scope Of Services history: The Alcan Lpoe Is The Only Year-round, Full Service, 24-hour Port Of Entry Serving Personal Vehicles And Commercial Truck Traffic Between The Yukon Territory, Canada, And Interior Alaska. The Lpoe Is Situated In A Remote Location Along The Alaska Highway; Most Of The Adjacent Area Is Undeveloped Forest, Wetlands, And Tundra. Built In 1972, The Facility Is Now Over 50 Years Old And In Need Of Replacement. The Alcan Lpoe Complex Is In A Remote Part Of The State And Subject To Extreme Sub-arctic Weather Conditions. The Project Includes Replacement Or Extensive Modernization Of The Existing Port Operational Facilities, Housing, And Community Complexes With Modern Facilities That Will Meet U.s. Customs And Border Protection (cbp), Canadian Border Services Agency (cbsa), And Gsa Operational Needs For Decades To Come. project: This Project Will Modernize The Alcan Lpoe Complex On The Current Site Of The Existing Lpoe In Tok, Alaska. The Project Is Currently Anticipated To Include A New Administration Building, Headhouse Along With Two Enclosed Pedestrian Processing Lanes, One Commercial Vehicle Lane And Inspection Area, Utility Building, New Housing Quarters, Community Health And Fitness Center, Community Support Building, Garages, And Indoor Firing Range. Project Objectives Are To Improve Port Efficiency And Operational Support Capability And Improve Quality Of Life Of Assigned Staff And Their Family Members. The Project Will Utilize Design-build Construction And A Phased Construction Approach While The Lpoe Remains, At All Times, Operational. procurement the Gsa Anticipates Executing This Requirement Using The Design-build (d-b) Delivery Method. an Award Is Anticipated During The Month Of March 2026 With Design Services Commencing Shortly After. Substantial Completion Is Anticipated In March 2031. Dates Are Estimates And Are Subject To Change. the North American Industry Classification System (naics) Code For This Procurement Will Be 236220 – Commercial And Institutional Building Construction. The Small Business Standard Size Is $39.5 Million. capability Statement respondents Capable Of Performing The Above Services Shall Provide A General Capabilities Statement No More Than 10 Pages In Length. Capabilities Statements Shall Include The Following Information: criteria 1: Provide Company Name, Duns Number, Company Address, Point Of Contact Name, Phone Number, And Email. criteria 2: Provide Company Business Size Based On Naics Code 236220 For Commercial And Institutional Building Construction. Also Provide The Business Type (i.e. Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-owned Small Business, Etc.), The Number Of Years In Business, Affiliate Information, Parent Company, Joint Venture Partners, And/or Potential Teaming Partners. criteria 3: A Positive Statement Of Your Intention To Propose As A Prime Contractor On Any Solicitation That May Be Released As Relating To The Subject-matter Of This Sources Sought Notice. criteria 4: Demonstration Of Successful Performance Of No More Than Two (2) D-b Projects Performed Within The Last Ten (10) Years That Are Of Comparable Size, Complexity, And Scope To The Alcan Land Port Of Entry Scope Described Above. To Demonstrate Comparable Size, Complexity And Scope, Interested Respondents Must Address All Of The Following In Each Of Its Two D-b Projects: project Name And Contract (or Reference) Number. project Owner. total Contract Dollar Value At Initial Contract Award. describe Experience With Design And Construction Of Facilities In Remote Locations, I.e. Construction Of Buildings At Locations Located At Least 100 Miles Away From A Densely Populated Area. describe Experience With Comprehensive Site Planning, Including But Not Limited To, Design And Construction Of Site Utilities, Storm Drainage, Grading, Commercial Buildings, Highways, Roads, Sidewalks, Parking, Lighting, Security, And Landscaping describe Specific Technical Skills And The Key Personnel Your Company Possess To Perform The Work Described Above provide A Statement Confirming The Contract Delivery Method Was D-b. provide A Statement Regarding Bonding Capabilities. similar And Relevant Locations Will Be Considered To Either Be Remote (isolated Islands, E.g.) Or Have Weather Conditions Like Tok, Alaska. Relevant Projects May Include Complete Construction Or Major Renovation Of Us Government Land Port Of Entries, Facilities That Are Open Year-round (365 Days Per Year, 24 Hours Per Day) With On-site Workers And Work Being Performed Full Time, As Well As Public Use Of The Facilities. Similar Facilities Could Include Prisons, Hospitals, Or Other Large Public Or Private Facilities. Similar Facilities Should Have Specialized Requirements Specific To The Client/ For That Project. (court Requirements, Hospital Requirements, Prison Requirements, Etc.). interested Firms Having The Capabilities Necessary To Meet Or Exceed The Stated Requirements Are Encouraged To Submit Responses Addressing Each Of The Criteria (1-4) As Stated Above. All Responses Shall Be Submitted To Maribeth.bonner@gsa.gov No Later Than 2:00 Pm, Pst, Friday, January 24, 2025 Please Reference “d-b Alcan Lpoe Modernization” In The Subject Field Of Any Email Response. ****this Sources Sought Notice Is For Informational And Planning Purposes Only. It Does Not Constitute A Solicitation And Is Not To Be Considered As A Commitment By The Government. A Contracting Officer’s Decision Will Be Made To Set Any Projects Aside, Resulting From This Notice, For Small Or Disadvantaged Businesses From The Qualified Sources Submitted From This Request. Therefore, All Interested Firms Are Encouraged To Submit A Response. All Firms Responding To This Sources Sought Notice Are Advised That Their Response To This Notice Will Not Be Considered For Award, All Interested Parties Will Be Required To Respond Separately To Any Solicitation Posted After This Sources Sought Notice.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: The Purpose Of This Amendment Is To Extend The Responses Due By Date To Friday, February 14, 2025 At 12pm And To Post The Responses To The Rfis. northampton Fiber Optic Cable Installation Rfis please Confirm If We Can Utilize The Existing Conduit To Exit The 1st Floor It Room, Or If New Conduit Be Required. The Existing Conduit Can Be Used. has An Asbestos Survey Been Conducted In The Areas Where Work Is Being Performed? If Asbestos Is Present, What Areas, And Will We Be Able To Use An Alternate Route, Or Is Abatement Required? Gsa Building Manager Is Working On Getting The Report, Verbally Said No Known Acm In Proposed Route. since The Fiber Optic Cable Is Already Armored, Is Conduit Installation Required In The Usps Loading Dock, Or Can The Cable Be Run On J Hooks Without Conduit? The Preferred Route Through The Usps Loading Dock Is To Use An Existing Hole From The Va Waiting Room Side And Staying Next To The Sprinkle Pipe. It Can Be Service Mounted Using 1- Or 2-hole Straps. This Route Lines Up With The Existing Hole Above The Double Doors. please Confirm Whether We Are Required To Punch Through The Brick Wall On The Far Side Of The Usps Loading Dock. There Is An Existing Opening Above The Double Doors That Lead To The Office Area. after Entering Room 107 From The Usps Loading Dock, Should We Utilize The Existing Conduit Up To The 3rd Floor? If Not, Are We To Install New Conduit Or Are We Permitted To Run The Cable In Free Air? No Conduit Was Seen From The 1st Fl To The 3rd Fl. There Is An Existing Hole On The 2nd Floor In The Electrical That Can Be Used, Or A New Hole Will Need To Be Drilled To The Right If The Ent. A 3 Conduit From Floor 2 To 3 Is Present And Can Be Used. are There Any Sensitive Areas That Will Require Containment Measures Or Work To Be Performed During Off-hours? No Off-hour Work Is Required. Work In Room 107 Will Have To Be Coordinated As It Is An Active Office. Containment Will Be Needed If Drilling From 1st Floor To 2nd Floor. There Is An Existing Hole In The Floor That Can Be Used. Plan To Have Access To The Usps Loading Dock 10 Am To 3pm. can You Confirm Whether There Is Fire Blocking Between Floors That May Affect Conduit Installation Or Cable Routing? No Fire Blocking Was Seen During The Walk Through. The Floor Is Concrete Pored Over Metal Decking. in Electrical Closet 209, Can We Use The Existing Empty Conduits To Route The Cable Into Room 206, Or Will We Need To Core Through The Wall? From Room 209 To The 3rd Fl, The 3 Conduit Can Be Used. are We Permitted To Use All Available Existing Conduits When Necessary, Or Will Certain Pathways Require New Conduit Installations? If Not, Please Identify The Areas Where New Conduit Is Needed, With Footages. No New Conduit Is Expected. Sleaves Should Be Used When Penetrating Walls Or Floors. should The Network Switches Be Installed Inside A Wall-mounted Cabinet, Or Can Both Switches Be Placed In A Rack Within A Movable Cabinet? No Switches Are Being Installed As Part Of The Services. is A Backboard Required Behind The Wall-mounted Cabinet For Switch Installation? No, The Eaton Srwf6u (or Equal) 6u Vertical-mount Locking Cabinet Can Be Mounted Directly To The Wall Using 3/8 Toggle Bolts. please Confirm The Total Number Of Wall/ceiling/floor Penetrations Required Throughout The Project And Please Specify The Rooms Where These Penetrations Will Be Made. All Wall Penetrations Are Sheetrock With Plaster. No Penetrations Are Anticipated, But Can Be Made To Make Pulling Easier. please Confirm If One Or Two 12 Strand Cables Are Being Run. If 2 Cables, Are All 24 Strands Being Terminated? Install One Corning 012t88-33191-a3 (or Equal) 12 Strand Indoor Plenum Rated Interlocking Armored Multimode Om4 Fiber Optic Cable And Terminate All Straneds On Both Ends. solicitation States "wage Determination Applicable (manchester 2015-4019 Rev 23 Posted On Beta.sam.gov) (xiii) All Contract Requirement(s)" Please Confirm Wage Rates For This Projectâ wage Determination 2015-4047 Rev29 Is Applicable. during The Walkthrough Existing Pathways & Penetrations Shown Contained Ent (electrical Non-metallic Tubing) Pws Task B States "all Wall And Floor Penetrations Shall Have Steel Sleeves And Proper 2 Hour Fire Rating."â treat All New Penetrations As Rated. If Existing Open Is Used, Match Existing. pws Task F States "all Work To Comply With Current Vha, Nfpa, Joint Commission, Nec, And Other Regulations And Guidelines. Fiber Testing Shall Be Completed To Tia-568.3-e Standards" Existing Is Currently Non-compliant With Nfpa. Should We Quote New Pathway And Emt (electrical Metallic Tubing) Sleeves To Meet 2hr Fire Rating ? Treat All New Penetrations As Rated. If Existing Open Is Used, Match Existing. some Work On The Proposed Path Will Take Place In The Va Patient Hallways And Waiting Room. Does This Work Need To Be Done Off Hours? No proposed Path Runs Through The Usps Warehouse And Would Be Exposed - Should This Section Be Placed In Conduit Or Stay On J Hooks? It Can Be Surface Mounted With 1 Or 2 Hole Straps. The Ceiling Is Suspended Plaster. will A Full Time Gc Site Supervisor With An Osha 30 Be Required On-site? Yes If A Gc Is Being Used. is There A Self Performance % Requirement For This Solicitation? An Award To An Sdvosb Set Asideâ requires A 51% Self-performance Level, Meaning That A Certain Percentage Of The Work Must Be Done By The Company (bid Winner) Itself Rather Than Subcontracted Out. please Confirm Project Intent Is Not Meant To Meet Oit Infostructure Standards. The Intent Is To Run Temporary Fiber To The 3rd Fl. This Service Is Not For Oit Infrastructure.
Closing Date14 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical Cables And Wires...+1Electrical and Electronics
United States
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Data Center Construction Project At The St. Louis Va Medical Center (vamc) Located At 1 Jefferson Barracks Dr., St. Louis, Mo 63125. project Description: the St. Louis (jefferson Barracks) Vamc Is Seeking A General Contractor To Furnish All Labor, Tools, Materials, Equipment, And Supervision To Construct A New Ehrm Data Center In The Basement Of Bldg. 56. The Current Data Center In Bldg. 1 Will Be Relocated To Bldg. 56. The Scope Of This Project Includes But Not Limited To The Following Infrastructure Improvements: Electrical (power (normal, Emergency), Lighting), Bonding, Ups, Building Management System Interfaces, Assess For New Hvac, New Space Construction (walls, Doors, Finishes), Fire Suppression System, Communication Infrastructure (new Data Outlets, Patch Panels, Cat 6a Cable), Physical Security, Fiber Infrastructure Backbone Connectivity To Mda. procurement Information: the Proposed Project Will Be A Competitive Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued As Either A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In March 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $5,000,000.00 And $10,000,000.00. The Applicable North American Industry Classification System (naics) Code Is 236220 With A Size Standard Of $45 Million. The Duration Of The Project Is Currently Estimated At 240 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. the Results And Analysis Of The Market Research Will Determine Whether To Limit Competition Among The Small Business Categories, Proceed With Full And Open Competition As Other Than Small Business, Or Use A Tiered Set-aside Evaluation. The Type Of Socioeconomic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. All Socioeconomic Categories Are Encouraged To Respond To This Announcement. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Unique Entity Identifier Number Associate With Sam.gov, Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary Point Of Contact Listed Below By February 13, 2025 At 1:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd., Suite 490 independence, Oh 44131 primary Point Of Contact: thomas Council contract Specialist thomas.council@va.gov
Closing Date13 Feb 2025
Tender AmountRefer Documents 
7221-7230 of 7496 archived Tenders