Survey Tenders
Survey Tenders
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: This Is A Sources Sought Notice Only. This Notice Does Not Constitute A Request For Proposal, Request For Quotation, Or Invitation For Bids. The Notice Does Not Commit The Government To Issue Any Type Of Solicitation Or Award An Ultimate Contract. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time. The Notices Does Not Restrict The Government From A Particular Acquisition Approach. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice.
the Naval Facilities Engineering Systems Command, Mid-atlantic Is Seeking Eligible Small Business Firms Capable Of Performing Indefinite Delivery/indefinite Quantity (idiq), Multi-discipline Architect-engineer (ae) Services As Required For Construction, Repair, Replacement, Demolition, Alteration, Improvements, And Maintenance Execution Projects For Military Construction (milcon) And Special Project Facilities. These Services Will Be Procured In Accordance With 40 United States Code (usc) Chapter 11, Selection Of Architects And Engineers, Federal Acquisition Regulation (far) Subpart 36.6.
work Under The Contract Is Anticipated To Occur Primarily At Navfac Mid-atlantic, Marine Corps Area Of Responsibility (aor) Including Marine Corps Air Station Cherry Point, Marine Corps Air Station New River, Marine Corps Base Camp Lejeune, Marine Corps Air Station Beaufort, Marine Recruit Depot Parris Island, And Marine Corps Logistics Base Albany. However, Work May Be Ordered Throughout The Naval Facilities (navfac) Mid-atlantic Aor And Navfac Worldwide (rare Occasion).
comprehensive A-e Services Are Required For Planning, Design, And Construction Services In Support Of The New Construction, Renovations, Repairs, Replacement, Demolition, Alteration, And/or Improvement Of Military And Other Governmental Facilities For Design Projects. Ae Services May Include Multiple Disciplines Or Single Disciplines, Including But Not Limited To Architectural, Landscape Architecture, Interior Design, Structural, Mechanical, Electrical, Civil, Geotechnical, Fire Protection, And Cost Engineering.
most Projects Will Be New, Repair, Replacement, Upgrade, Maintenance, Energy Savings And/or Sustainability Projects Covering The Full Range Of The Field Of Architecture And Engineering For A Wide Variety Of New And Existing Facilities And/or Systems, Utilities And Infrastructure. The Projects Will Include Delivery Of Both Design-build (db) And Design-bid-build (dbb) Project Design As Well As Ae-specific Study/evaluation Work.
the Multi-discipline Architect And Engineering Services Expected Under This Contract Include, But Are Not Limited To The Following:
(a) Planning Services, Including Those Associated With The Development Of Project Programming Document (dd 1391), Facility Evaluations/site Investigations, And Cost Estimation.
facility Planning Services, Including:
project Programming And Scope Development
conceptual Pricing Development
development Of Alternatives Including Economic Analysis
interior Space Planning/design
collateral Equipment Inventories
facility Analysis, Including:
general Condition Assessment Including Code Compliance
energy Utilization Studies
life Safety Analysis
exterior And Interior Hazardous Material Surveys And Analysis
(b) Design Services, Including Development Of Either Contract Documents For Design/bid/build (dbb) Or Design/build (db) Request For Proposal (rfp) Packages For New Construction, Renovations, Repairs, Replacement, Demolition, Alteration, And/or Improvement Of Military And Other Governmental Facilities For Large And Small Design Projects And Renovations Of Facilities, Including, But Not Limited To:
multi-unit Housing Facilities
administrative Facilities
training Facilities, Such As Operational, Maintenance, Or Classroom
industrial Facilities, Such As Maintenance Shops, Manufacturing, Public Works Shops, Or Warehouses.
facilities That Require Phased Construction Due To Operational Requirements
(c) Construction Services Such As The Following Services:
contractor Submittal Reviews
field Consultation And Special Inspections
electronic Operation And Maintenance Support Information (eomsi)
obtaining Environmental Permits And Regulatory Approvals
as-built And Record Document Preparation
asbestos And Or Lead-based Paint Assessments Will Be Required On This Contract To Determine The Presence Of Hazardous Material In Existing Facilities Or At Utility Points Of Connections. When Asbestos Or Lead Is Found, Comprehensive Asbestos Or Lead Surveys, To Include Sampling And Testing, And The Preparation Of Plans And Specifications Showing The Location Of Asbestos And Lead, And Specifying The Procedure To Be Followed During Construction And/or Demolition For Removal Or Abatement, Will Be Required. Ae Firms Must Be Able To Accept Work That Involves Asbestos, Lead Paint, Pcbs, Contaminated Ground-water/soil And Other Hazardous Materials, Work On Airfields, And In Confined Spaces.
all Design Services Shall Comply With The Most Current Edition Of Fc 1-300- 09n Navy & Marine Corps Design Procedures And Other Requirements As Indicated On The Whole Building Design Guide Web Site (www.wbdg.org).
the Duration Of The Idiq Contract Will Be For A Five-year Ordering Period. The Total Fee For The Contract Term Shall Not Exceed $249,000,000 For The Life Of The Contract. The Primary North American Industry Classification System (naics) Code For This Procurement Is 541330 – Engineering Services And The Annual Size Standard Is $25,500,000.
all Small Businesses, Certified 8(a), Hubzone, Service-disabled Veteran-owned, And Women-owned Small Businesses Are Encouraged To Respond. Upon Review Of Industry Response To The Sources Sought Synopsis, The Government Will Determine Whether A Set-aside Acquisition In Lieu Of Full And Open Competition Is Appropriate. This Office Anticipates Award Of A Contract For These Services No Later Than September 2025.
this Sources Sought Notice Is Not A Request For Proposals. This Notice Is A Market Research Tool Used To Determine The Availability And Adequacy Of Potential Small Business Sources Prior To Determining The Method Of Acquisition And Issuance Of An Award. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Sources Sought Notice.
it Is Requested That Interested Small Businesses Submit To The Contracting Office A Brief Capabilities Statement Package (no More Than 25 Pages In Length, Single-spaced, 12-point Font Minimum Including Document Searchable Bookmarks) Demonstrating Your Ability To Perform The Requested Services. Please Use The Attached Project Information Form For Each Project Submitted Demonstrating The Requisite Experience.
the Sources Sought Project Information Form Shall Be Used To Document A Minimum Of Three (3) And Up To A Maximum Of Five (5) Relevant Design Projects Completed In The Past Five (5) Years That Best Demonstrate Experience On Projects That Are Similar In Size, Scope And Complexity To The Projects Proposed For This Idiq. This Documentation Shall Address, At A Minimum, The Following:
1. Relevant Experience: Relevant Experience To Include Experience In Performing Efforts Of Similar Scope And Complexity Within The Last Five (5) Years, Including Contract Number, Indication Of Whether A Prime Or Subcontractor, Contract Value, Government/agency Point Of Contact And Current Telephone Number, And A Brief Description Of How The Contract Referenced Relates To The Technical Services Described Herein. The Relevant Experience Project Submitted Is Defined As And Shall Include The Following Attributes:
A. Size: Design And Engineering Services For A Project With A Final Construction Cost Of $10,000,000 Or Greater. At Least One (1) Project Must Have A Final Construction Cost Of $50,000,000 Or Greater.
B. Scope/complexity: Projects, Cumulatively And Collectively, Shall Demonstrate Specialized Design Experience In Performance Of Services Similar To Those Anticipated Under This Contract Through Evaluation Of Experience In:
planning, Project Programming And Requirements Development.
conceptual Pricing Development, And Development Of Alternatives Including Economic Analysis.
facility Analysis, Such As General Condition Assessment Including Code Compliance, Energy Utilization Studies And Facility Life Safety Code Analysis.
hazardous Material Surveys And Analysis.
design Services And Deliverables, Including Development Of Comprehensive Contract Packages Such As Design-build Rfps And Design-bid-build Drawings, Specifications, And Construction Cost Estimates.
construction Services Such As Contractor Submittal Reviews, Field Consultation And Special Inspections, Electronic Operation And Maintenance Support Information (eomsi), Obtaining Environmental Permits And Regulatory Approvals, And Preparation Of As-built Documents.
note: – Projects Submitted That Only Include Utilities And Horizontal Or Civil Site Work Will Not Be Considered Relevant.
C. Characteristics: Additionally, Submitted Relevant Design Projects Shall Demonstrate The Following Characteristics:
offerors Shall Have Acted As The Designer Of Record (dor) On Submitted Projects.
experience With Design Of Both New Construction (at Least One (1) Project) And Renovation (at Least One (1) Project)
experience With The Preparation Of A Solicitation Package For Design-build Request For Proposal (at Least One (1) Project).
experience With The Preparation Of A Solicitation Package For Design-bid-build/full Design (at Least One (1) Project).
offeror’s Experience Performing As A Subcontractor Will Not Be Considered, Nor Will Experience Of Companies Proposed To Work As Subcontractors On The Resulting Solicitation/contract.
ensure That The Project Description Clearly Identifies Whether Or Not The Project Is New Construction Or Renovation, Provides The Final Construction Cost, And Addresses How The Project Meets The Scope/complexity Requirements.
2. Workload And Availability: – The Ability Of Potential Offerors To Manage Their Firm’s Present Workload And Availability Of Their Project Teams (including Consultants) For The Specified Contract Performance Period. Potential Offerors Are Requested To Describe The Workload/availability Of Their Key Personnel During The Anticipated Contract Performance Period And The Ability Of Their Firm To Provide Qualified Backup Staffing For Key Personnel To Ensure Continuity Of Services. General Statements Of Availability/capacity May Be Considered Less Favorably. Typical Task Orders Issue Under This Contract Are Expected To Range Between $100,000 To $10,000,000; However, Some Projects May Be Larger Or Smaller Than This Range. Historically, The Yearly Projected Workload Can Yield Up To 10 Task Orders Ranging From Full Design Effort, Planning, And Post Construction Award Services. Project Programs Typically Supporting This Contract Are Military Construction Programs, Major Maintenance Repair Program (mmrp), And Special Projects.
3. Limitations On Subcontracting: – Additionally, The Government Will Assess The Firm’s Ability To Be Compliant With Far 52.219-14, Limitations On Subcontracting (deviation 2021-o0008). Potential Offerors Are Requested To Describe Their Plan To Complete The Work Anticipated Under This Contract With Qualified Personnel And Continuity Of Service That Satisfies The Requirements Of Far 52.219-14 (e) (1) Under Which The Contractor Will Not Pay More Than 50 Percent Of The Amount Paid By The Government For Contract Performance To Subcontractors That Are Not Similarly Situated Entities.
a Company Profile Shall Also Be Included Utilizing The Attached Contractor Information Form. This Will Include The Number Of Employees, Office Locations(s), Unique Entity Identification (uei) Number, Cage Code, And Statement Regarding Small Business Designation And Status.
please Note That If You Are Responding As An 8(a) Mentor-protégé, You Must Indicate The Percentage Of Work To Be Performed By The Protégé. A Copy Of The Sba Letter Stating That Your 8(a) Mentor-protégé Agreement Is Approved Would Be Required With Your Proposal, If Requested.
the Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. Points Of Contact Listed May Be Contacted For The Purpose Of Verifying Performance.
responses Are Due Nlt Friday, 31 January 2025 At 2:00 Pm (est). Late Responses Will Not Be Accepted.
the Package Shall Be Sent By Email To The Following Address: James.a.godwin41.civ@us.navy.mil. Attachments Are Limited To A Total Size Of 5mb. Questions Or Comments Regarding This Notice May Be Addressed By Email To James Godwin At The Same Email Address Above.
Closing Date31 Jan 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Description: Request For Information (rfi)
air Force Research Laboratory (afrl) Space Vehicles (rv) Directorate
spacecraft Component Technologies (rvsv)
rfi Id: Afrl-rvky-2025-shrec
23 January 2025
overview Contracting Office Address And Points Of Contacts
department Of The Air Force Material Command (afmc), Air Force Research Laboratory, Space Vehicles Directorate, 3550 Aberdeen Ave, Se, Kirtland Afb, 87117-5776
contracting Points Of Contact (poc)
mr. Francis Eggert (primary) Ms. Paige L. Thompson (alternate)
contracting Officer Contracting Officer
afrl/rvky Afrl/rvky
phone Number: 505-846-5935 Phone Number: 505-846-2070
email: Francis.eggert@us.af.mil Email: Paige.thompson@spaceforce.mil
technical Points Of Contact (poc)
dr. Andrew C. Pineda Ms. Amanda P. Fetzer
afrl/rvsv Afrl/rvsv
phone Number: 505-853-2509 Email: Amanda.fetzer.2@spaceforce.mil
email: Andrew.pineda.6@spaceforce.mil
program Manager (poc)
mr. Manuel V. Gonzales
afrl/rvfc F/rvsv
email: Manuel.gonzales.9@spaceforce.mil
1. Part: U.s. Government Procurements Request For Information (rfi)
2. Subpart: R&d Memberships
3. Procurement Classification Code: A – Research And Development (r&d); Code # 18 – Space Vehicles Directorate
4. Agency: Department Of The Air Force
5. Responsible Office And Address: Air Force Research Laboratory (afrl), Space Vehicles Directorate (afrl/rv); Mail To: Afrl/rvky (west Area General Mail Room); Attn: Mr. Francis M. Eggert 3550 Aberdeen Ave. S.e.; Building 425, Room 100, 1st Floor; Kirtland Afb, N.m. 87117-5773.
6. North American Industry Classification Systems (naics) Code: 541715 – R&d In The Physical, Engineering & Life Sciences (except Biotechnology)
7. Rfi Id: Afrl-rvky-2025-shrec
8. Notice Type: Sources Sought To Space Computing Community For Memberships
9. Subject: Develop Leaders In Technology, Development, And Science And Technology Working Groups. Space, High-performance, And Resilient Computing (shrec) Fy25 And Beyond. Fault-tolerant Techniques For Heterogenous Computing Architectures, And Reliable Non-volatile Memory (nvm). Provide Reliability Testing For Selected Fpgas, Reliability Testing Of Deep Learning Hardware In A Radiation Environment, Reliability Testing Of High-performance Memory, And General Radiation Testing Of Heterogenous Computing Devices. The Government Shall Determine The Number Of Memberships And Option Year(s) Based Upon Offeror(s) Recommendations And The Funds Available For The Ffp. The Government Can Decide To Award To One, More Than One, Or No Memberships To One, More Than One, Or No Offerors.
10. Background. Center For Space, High-performance & Resilient Computing, An Nsf Iucrc, Was Founded In Sep. 2017, Replacing The Highly Successful Nsf Chrec Center. Under Auspices Of Iucrc Program At Nsf, The Program Fosters University, Agency, And Industry R&d Collaborations In Space And High-performance Computing. Shrec Is Both National Research Center And Consortium, University Groups Serve As Research Base (faculty, Students, Staff), Industry & Government Organizations Are Research Partners, Sponsors, Collaborators, Advisory Board, & Technology-transfer Recipients.
11. Mission: Mission Critical Computing, Basic And Applied R&d To Advance Science & Technology (s&t) On Advanced Computing That Captures 20+ Program Needs For Government And Commercial Space Applications. Many Common Challenges, Technologies, & Benefits, In Terms Of Performance, Power, Adaptivity, Productivity, Cost, Size, Etc. From Architectures To Applications To Design Concepts And Tools Spanning Applications From Spacecraft To Supercomputers!
12. The Air Force Research Laboratory Is Issuing This "request For Information" To Industry And Academic Sources To Gather Current Data On The Existing Market Sector, Identify Potential Market Characteristics, Best Practices, Emerging Technologies, Sources Of Supply, Vendor Capabilities, And To Assist The Government With Leveraging Opportunities So That An Informed Acquisition Strategy Can Be Accomplished. The Air Force Research Laboratory Is Interested In Determining Existing Capabilities And Future Capacities To Provide Research And Development In The Areas Of Space, High-performance, & Resilient Computing (shrec). The Applicable North American Industry Classification Systems (naics) Code Assigned To These Activities Is 541715 Research And Development In The Physical, Engineering, And Life Sciences (except Biotechnology). This U.s. Industry Comprises Establishments Primarily Engaged In Conducting Research And Experimental Development (except Biotechnology Research And Experimental Development) In The Fields Of Engineering, Electronics, Computers, Chemistry, Physics, And Other Allied Subjects.
13. This Is Not A Solicitation. This Request Is For Capability Information And Does Not Constitute A Request For Proposal; Submission Of Any Information In Response To This Request For Information/market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred.
14. This Notice Is For Planning Purposes Only And Does Not Commit The Government To Any Contractual Agreement. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
15. Sample Response Outline
there Is A Suggested Total Page Count Limit Of 10 Pages For Each Topic Area Response. The Following Is A Suggested Outline For A Response To This Rfi. The Page Limitation And Outline To This Rfi Is Intended To Minimize The Effort Of The Respondent. Nevertheless, Respondents Are Free To Develop Their Responses As They See Fit.
16. Section 1: Corporate Expertise
briefly Describe Your Company, Your Products And Services, History, Ownership, Financial Information And Other Relevant Information. As Part Of Your Corporate Expertise, Please Highlight Critical Elements In The Envisioned Solution To Meet One The Topic Area Outlined Above. Also, Discuss Your Ability To Perform Work In A Classified Environment. Identify Any Foreign Ownership Or Investment. It Is Expected That Section 1 From This Sample Response Outline Is Less Than 10% Of The Response.
17. Section 2: Technical Solutions
describe Your Company’s Concept For The Proposed Solution Addressing One Of The Topic Areas Outlined Above. The Proposed Concept Should Address The Various Capabilities And Capacity.
describe Any Technologies In Your Current Product Line, As Well As Products Currently Under Development That Meet The Capabilities Identified In Section 10. Provide Performance And Physical Specifications For Each Product, As Well As Anticipated Performance For Products Under Development. The Technical Solution Should Also Include Test Plan Outlining A Series Of Tests/experiments To Increase Technology Readiness Level (trl) Of Proposed Architecture.
18. Section 3: Cost And Schedule Estimates
provide A Rough Order Of Magnitude (rom) Cost And Schedule Estimates For Design/build To Properly Scope A United Acquisition Strategy.
19. Section 4: Additional Details
please Provide Any Other Materials, Suggestions And Discussions You Deem Appropriate. Include Any Recommended Structure Of The Requirements In The Event The Government Decides To Issue A Request For Proposal.
20. Submissions Of Responses
there Is A Recommended Total Page Count Limit Of 6 Pages For Topic Response. This Page Count Does Not Include The Coversheet. The Page Limitation To The Rfi Is Intended To Minimize The Effort Of The Respondent.
responses To The Rfi Should Be Submitted In Ms Word Format In 12-point Font, Double-spaced With One-inch Margins And Use The Standard Letter Size (8.5”x11”) Paper. Responses Are Due No Later Than 25 Feb 25. Responses To All Or Part Of This Rfi Will Be Accepted.
responses To This Rfi Must Be Submitted To Afrl. Responders Shall Provide One Electronic Copy (ms Word Or Editable Pdf) Of Their Unclassified Response Via Dod Safe (https://safe.apps.mil/). Note: See Paragraph 6 For The Instructions Dod Safe Submittal(s). Do Not Send Via E-mail. Submission Of Marketing Information, Existing Commercial Documentation And Product Literature Is Not An Acceptable Response. Responses To This Notice Must Be Unclassified.
responders Are Advised That Employees Of Commercial Firms Under Contract To The Us Government May Be Used To Administratively Process Responses Or Perform Other Administrative Duties Requiring Access To Other Contractors’ Proprietary Information. These Support Contracts Include Nondisclosure Agreements Prohibiting Their Contractor Employees From Disclosing Any Information Submitted By Other Contractors Or Using Such Information For Any Purpose Other Than That For Which It Was Furnished.
to Complete Its Review, Afrl Must Be Able To Share The Information Within The Government And With Its Support Contractors; Therefore, Any Responses Marked In A Manner That Will Not Permit Such Internal Government Review Will Be Deleted Without Being Assessed/considered.
any Response To This Rfi May Be Subject To Review By Non-government Personnel. The Role Of These Advisory And Assistance Services (a&as) Contractors, University Affiliated Research Center (uarc) Employees And Federally Funded Research And Development Center (ffrdc) Employees Are To Function As Technical Advisors To The Programmatic Decision Making.
21. Format
the Responses Shall Be Formatted As Follows:
cover Sheet
paper Title
name Of Company
mailing Address
business Size To Naics 541715
company's Commercial And Government Entity (cage) Number
dun & Bradstreet (d&b) Data Universal Numbering System (duns) Number
contracting And Technical Poc (names, Telephone/fax Numbers, And Email Addresses)
classified Level At Which Company Is Cleared
cognizant Security Office (name, Address, Zip Code), And Offeror's Security Officer's Name And Telephone Number
proposed Period Of Performance (allow 90 Days For Drafting Final Report)
rom Cost Estimate
proposed Contract/agreement/ota Type
proposed Government Furnished Property Or Base Support
proposed Data Rights
date Paper Is Valid
teaming Arrangement Or
subcontractors/consultants, Including Cage Codes
narrative – Should Include But Not Be Limited To The Following
1. Discussion Of The Nature And Scope Of The Research; The Problem Statement; The Offeror’s Proposed Objectives And Technical Approach/solution; All Relevant Assumptions; An Overview Of Tasks And Methods To Achieve Each Objective; And Expected Results
2. Evidence Of Current Trl And A Description Of State-of-the-art Knowledge Or Methods To Be Employed, Along With A Clear Strategy, Resources And Schedule For Maturing The Technology To The Proposed Level
3. Description Of Final Products To Be Delivered (prototypes, Demonstrations, Software, Etc.)
4. Mapping Of Effort To Specific Need(s) Outlined In The Topic Area Description, With A Strategy For Transition Of Deliverables To A Government Acquisition Program. Transitions Can Be Specific To An Existing/future System Or Have Broad Application To Several Existing/future Systems
5. Any Restrictions On Government Use, Release Or Disclosure Of Technical Data
6. Key Personnel, Consultants Or Subcontractors To Support He Effort And Evidence Of Expertise And Experience To Accomplish The Proposed Tasks (resumes, Descriptions Of Facilities And Equipment And Proposed Statement Of Work Are Not Required At This Point)
- Rom Cost – Provide A Rom Cost Estimate For Planning Purposes. The Rom Should Provide Top Level Details On Major Cost Items Such As Labor (# Of Ftes), Special Equipment That Will Need To Be Purchased, Materials And Any Subcontracts, Consultants Or Other Organizations’ Costs (to Include Government Furnished Facilities, Equipment Or Personnel) For The Proposed Effort
22. Timeline: Deadline For Rfi 25 Feb 25.
23. Summary
the Afrl Is Interested In Continuing Research And Development Efforts Supporting Space Computing. The Questions Listed In This Rfi Are Not All-inclusive And We Strongly Encourage Each Respondent To Provide Any Additional Information That You Think May Be Vital To Support Our Efforts Accurately Scoping The Technological Thresholds And Objectives, Realistic Schedule Estimations And Budgetary Programming For This Key, High-interest Mission Area.
attachment 1: Dodsafe Submission Instructions
1. Send Intention To Submit Response To Mr. Francis Eggert For Assigned Drop-off Request Code
a. The Drop-off Request Code Is Valid For 14 Days
2. The Requestor Will Receive File Drop-off Instructions Via E-mail
3. Drop Off Files, Uploading To The Dod Safe Access File Exchange Website (https://safe.apps.mil/)
a. Note, File Sizes > 8 Gb Will Not Be Accepted
4. Enter The Following E-mail Address For The Recipient Information
a. Francis.eggert@us.af.mil
b. Paige.thompson@spaceforce.mil
c. Manuel.gonzales.9@spaceforce.mil
Closing Soon25 Feb 2025
Tender AmountRefer Documents
Water Management Association Of Rakovnicka Municipalities Tender
Others
Czech Republic
Details: The subject of the fulfillment of the public contract is the conclusion of a contract for the work for the preparation of project documentation, including the provision of pre-project work, survey work and the performance of engineering activities and author supervision and cooperation with the client in the provision of procurement management for the construction contractor within the framework of the event: "connection of the Stebno - Jesenice Group Water Supply - Rakovník And St. Jesenice South".
Closing Date8 Jan 2025
Tender AmountCZK 15 Million (USD 612.4 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Building Construction
United States
Details: 2
this Is A Pre-solicitation Notice, This Not A Request For Proposals. This Is A Request For Sf-330 Architect/engineer Qualification Packages Only.
all Information Needed To Submit Sf330 Documents Is Contained Herein. No Solicitation Packages Or Technical Information Will Be Issued In This Phase.
the Department Of Veteran Affairs Network 6 Contracting Office Is Seeking Qualified Architect-engineering (ae) Firms To Submit Standard Form 330 (sf 330) Architect/engineering Statement Of Qualifications For Project # 590-25-250 | Campus Streets And Walkways Lighting Improvements | Hampton Va Medical Center Located In Hampton, Virginia. Firms Submitting Qualification Packages Must Be Fully Licensed To Perform Designs As A Registered Professional Ae Firm In The United States To Be Considered For This Opportunity.
network Contracting Office (nco) 6 Va Facility Locations Include:
hampton Va Medical Center, 100 Emancipation Drive, Hampton, Va., 23667.
this Acquisition Is 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb).
prospective Contractors Are Cautioned That Proposal Submitted In Response To This Solicitation Must Meet The Criteria Identified By 38cfr, Part 74. The Sdvosb Concern Agrees That In The Performance Of The Contract, The Concern Will Comply With The Limitation On Subcontracting Requirements In Accordance With Vaar Clause 852-219-73 (jan 2023) (deviation), Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses.
for A Service-disabled Veteran Owned Small Business (sdvosb) To Be Considered As A Prospective Contractor, The Firm, Including Joint Ventures, Must Be Certified In Vetcert (veteran Small Business Certification (sba.gov)) And Registered In The System For Award Management (sam) Database (www.sam.gov) At Time Of Submission Of Their Qualification And Reporting To Vets -4212 Federal Contractor Reporting In Accordance With Far 52.222-37, Employment Reports On Veterans At Https://www.dol.gov/agencies/vets/programs/vets4212. Failure Of A Prospective Sdvosb To Be Certified By The Veteran Small Business Certification (sba.gov) At The Time The Sf 330 Is Submitted Shall Result In Elimination From Consideration. All Joint Ventures Must Be Cve Certified At Time Of Submission And Submit Agreements That Comply With 13cfr 125.15 Prior To Contract Award.
contract Overview: A Firm Fixed Price A/e Design Service Contract Is Contemplated For Project # 590-25-250 | Campus Streets And Walkways Lighting Improvements. Iaw Vaar 836.204(f)(2) The Estimated Magnitude Of Construction For This Project Is Between $2,000,000 And $5,000,000. The Estimated/target Design Completion Period Is 390 Calendar Days After Issuance Of Notice To Proceed. The Naics Code For This Acquisition Is 541330, Engineering Services With A Size Standard Of $25.5 Million.
project Scope: The Architect/engineer (a/e) Shall Provide Comprehensive Survey Of The Campus Street Signage, Street Lighting, Walkway Lighting, And Wayfinding Systems To Determine Current State And What Improvements Are Needed To Ensure Continued Operations. The Va Anticipates That The Survey Will Recommend Near Wholesale Replacement Of Street Signage, Wayfinding Systems And Major Improvements In Lighting Systems. The Project Request Includes Funding Intended To Address The Most Critical Issues First And Final Scope Will Be Determined By The Survey.
selection Criteria: The A/e Source Selection Team Shall Utilize The Following Selection Criteria Listed In Descending Order Of Importance.
the Architecture-engineer (ae) Must Demonstrate Its Qualifications With Respect To The Published Evaluation Criteria For All Services. The Department Of Veterans Affairs (va) Shall Evaluate Each Potential Contractor In Terms Of The Following:
M - Firm Meets The Selection Criterion.
Nm - Does Not Meet The Selection Criterion.
the Submitted Sf-330s Will Be Evaluated On The Criteria Below, Listed In Order Of Importance:
(1) Professional Qualifications
(2) Specialized Experience And Technical Competence
(3) Capacity To Accomplish The Work
(4) Past Performance
(5) Construction Period Services
(6) Record Of Significant Claims
(7) Set-aside
(8) Location
selection Criterion 1: Professional Qualifications
professional Qualifications Necessary For Satisfactory Performance Of Required Services Showing Recent Experience Of The Project Team With Hospital Lighting/electrical Projects Completed Through Designed Within The Past Five (5) Years. Each Resume Shall Include A Minimum Of Two (2) Lighting/electrical Projects Through Completed Construction.
team Member Designer Of Record Positions Required In This Project But Not Limited To: Electrical Engineer, Fire Protection Engineer, Mechanical Engineer, Project Manager, And Structural Engineer.
evaluation Considerations
do The Qualifications Indicate That The Project Team Has Recent Direct Experience On Hospital Lighting/electrical Projects Designing Similar Improvements To Those Proposed At Hampton Vamc? Is The Architect/engineer Providing A Team Where Each Member Has More Than 5 Years Of Experience? What Will Be The Role Of Interns If Used During Design?
firm Shall Provide A Table Of A Minimum Of 5 Comparable Lighting/electrical Projects Comparing Their Ige With The Bid/award Amount During Construction.
selection Criterion 2: Specialized Experience And Technical Competence
the Ae Must Have The Necessary Specialized Experience And Technical Competence In The Type Of Work Required, Specifically Evaluating And Replacing Streets And Walkways Lighting On A Hospital S Campus.
provide A Minimum Of Three (3) And No More Than Five (5) Projects That Are At Least 85% Complete Through Construction. Submitted Projects Must Be From Within The Past Five (5) Years And Should Be Projects That Best Illustrate Specialized Experience Of The Proposed Team. Example Projects Shall Note Project S Square Footage. All Projects Provided In The Sf-330 Must Be Completed By The Office, Branch, Regional Office, Or Individual Team Member Proposed To Manage And/or Perform Work Under This Contract.
to Enable Verification, Firms Should Include The Unique Entity Id (sam Uei) Number Along With Each Firm S Name In The Sf-330 Part 1, Section F Item 25 Firms From Section C Involved In This Project, Block (1). Include A Contract Number Or Project Identification Number In Block 21. Include An Email Address And Phone Number For The Point Of Contact In Block 23(c). Include In The Project Description, The Contract Period Of Performance, Award Contract Value, Current Contract Value, And Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above.
if The Contractor Served As A Subcontractor On A Project, Indicate The Value Of The Work They Provided Towards The Performance Of The Overall Project. If A Project Was Performed By A Joint Venture, And Not All Joint Venture Partners Are On The Team Proposed For This Contract, The Offeror/team Should Specifically Address The Work Performed By The Joint Venture Partner Offering/teaming On This Contract. Likewise, If The Offeror/team Member Worked As A Subcontractor On A Project, The Description Should Clearly Describe The Work Performed By The Offeror/team Member And The Roles And Responsibilities Of Each On The Project, Rather Than The Work Performed On The Project As A Whole.
if The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Project Could Be Eliminated From Consideration.
additionally, Firms Are Required To Submit Information That Will Clearly Demonstrate Specific Experiences And Qualifications Of Proposed Personnel And Their Record Of Working Together As A Team. Specifically List Similar Scoped Projects No More Than Five (5) Years Old That Clearly Show Participation. (see Sf330 Part I Section G, But Not Excluding Other Information Provided On The Sf330 And Supporting Documentation.)
note: If The Offeror Is A Joint Venture, Information Should Be Submitted As A Joint Venture. However, If There Is No Information For The Joint Venture, Information Should Be Submitted For Each Joint Venture Partner, Not To Exceed A Total Of Five (5) Projects For This Criterion. Projects Shall Be Submitted On The Sf330. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand-alone Contract Award. Do Not List An Idiq Contract As An Example Of A Completed Project. Instead, List Relevant Completed Task Orders Or Stand-alone Contract Awards That Fit Within The Definition Above. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated.
evaluation Considerations
does The Architect/engineer Provide Evidence Of Understanding Of The Project; And Any Unique Architectural/engineering Aspects Associated With The Proposed Project And How To Address Them?
selection Criteria 3: Capacity To Accomplish The Work
the A/e Must Have The Capacity To Accomplish The Work In The Required Time For Both The Prime And Sub-consultants. This Factor Evaluates The Ability Of The Firm, Given Their Current Projected Workload (percentage) And The Availability Of Their Key Personnel, To Accomplish The Possible Myriad Of Design Projects In The Required Time. The General Workload And Staffing Capacity Of The Design Office Will Be Evaluated.
list Current Projects With A Design Fee Of Greater Than $100,000 Being Designed In The Firms Office.
indicate The Firms Present Workload And The Availability Of The Project Team (including Sub-consultants) For The Specified Contract Performance Period.
describe Experience In Successfully Delivering Projects Per Performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates.
volume Of Va Contract Awards In The Last 12 Months.
evaluator Consideration:
does The Proposed Design Team Have Sufficient Capacity To Work On This Project?
has The Firm Demonstrated An Ability To Meet Design Schedules In The Past?
has The Firm Demonstrated A Record Of Working Together As A Team?
selection Criteria 4: Past Performance
offerors Will Be Evaluated On Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules In A Hospital Setting. Provided Past Performance And Experience Shall Include Information In The Past Performance Questionnaires (ppqs) Or Cpars/acass For Criterion 2 Projects. Past Performance May Also Include Other Information Provided By The Firm Such As Customer Inquiries, Government Databases, And Other Information Available To The Government. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower.
evaluator Consideration:
does The Proposed Architect/engineer Have Past Performance With Ratings Satisfactory And Above While Working On Hospital Projects?
does The Architect/engineer Have A Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness.
are The Evaluations Provided For The Projects Listed In Specialized Experience?
project Recency:
a Project Will Be Considered Recent Only If Performance Was Completed Within Five (5) Years Of The Date Of Issuance Of This Public Announcement. Ongoing Projects Will Not Be Considered, As An Accurate Performance Record Cannot Exist For Work Not Yet Completed.
submission Requirements:
submit A Completed And Current (most Recent) Cpars/acass Evaluation For Each Project Submitted Under Criterion 2. If The Project Does Not Have A Completed Cpars/acass Evaluation, The Past Performance Questionnaire (ppq) Included In This Notice Is Provided For The Offeror Or Its Team Members To Submit To The Client. Please Ensure Correct Phone Numbers And Email Addresses Are Provided For The Client Point Of Contact. Do Not Submit A Ppq When A Completed Cpars/acass Is Available.
submit No Less Than Three (3) And No More Than Five (5) Past Performance References For Recent And Relevant Projects Identified On Sf330 Part I Section F. Individual Completed Ppqs Should Be No More Than Five (5) Pages Long And Submitted With Your Sf-330. If The Offeror Is Unable To Obtain A Completed Ppq From A Client For A Project(s) Before The Response Date Set Forth In This Notice, Offerors Should Complete And Submit With Their Responses The First Page Of The Ppq (attachment C), Which Will Provide Contract And Client Information For The Respective Project(s). Offerors May Submit A Ppq From A Previous Special Notice/rfp. It Must Be On The Same Form Included With This Special Notice, And It Must Be Legible. Offerors Should Follow Up With Clients/references To Ensure Timely Submittal Of Questionnaires.
if Requested By The Client, Questionnaires May Be Submitted Directly To The Government's Point Of Contact, Network Contracting Office 6, Attn: Shannon Brown Via Email At Shannonmarie.brown@va.gov Prior To The Response Date. Please Also Copy Guy Brooks At Guy.brooks@va.gov.
evaluator Consideration:
does The Proposed Architect/engineer Have Past Performance With Ratings Satisfactory And Above While Working On Hospital Projects?
does The Architect/engineer Have A Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness.
are The Evaluations Provided For The Projects Listed In Specialized Experience?
selection Criteria 5: Construction Period Services
offerors Will Be Evaluated On The Quality Of The Construction Period Services Provided. Construction Period Services Include But Are Not Limited To Professional Field Inspections, Review Of Construction Submittals, Support In Answering Requests For Information, And Support Of Construction Contract Changes.
experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services.
provide Up To Three (3) Completed Projects In The Past Five (5) Years That Best Illustrates The Construction Period Services Performed By The Team. Describe Construction Period Services Provided And Whether The Project Was Completed Within Schedule And Budget. Include A Contract Number Or Project Identification, Include Name, Telephone Number, And Email Of The Completed Project Stakeholder.
evaluator Consideration:
what Evidence Do The Qualifications Provide As To The Architect/engineer S Commitment To Proactive And Consistent Representation During Construction Specifically Answering Rfis, Reviewing Submittals And Periodic Site Visits?
selection Criteria 6: Record Of Significant Claims
interested A/e Firms Must Share Any Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services.
indicate Any Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services Within The Past Five (5) Years.
selection Criteria 7: Set-aside
the Extent To Which Potential Contractors Identify And Commit To The Use Of Service- Disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors.
selection Criteria 8: Location
tie-breaker:
if Evaluations Of Sf330 S Result In The Same Rating, Proximity To The Facility Will Be Used As A Tiebreaker. The Distance Will Be Determined According To Http://maps.google.com/. For Firms That Have Multiple/regional Offices, The Location Of The Primary Project Team Will Be Used To Calculate The Distance And Should Be Provided In The Sf330. If The Location Of The Primary Project Team Is Not Identified, The Location Of The Main Office Will Be Used.
indicate The Location (physical Address) Of The Firms Or Teams, Including Main Offices, Branch Offices, Any Sub Consultants Offices, And The Location Of The Primary Project Team. Explain How This Will Be Advantageous To The Government.
selection Procedures:
this Requirement Is Being Procured In Accordance With The Brooks Act Of 1972, Federal Acquisition Regulation 36.6 (far) And Va Acquisition Regulation 836.6 (vaar) And Va Acquisition Manual (vaam) 836.6. Firms Responding To This Announcement By Submitting A Qualifying Sf 330, Before The Closing Date And Time, Will Be Considered For Initial Selection Evaluation. Following Initial Evaluation Of The Sf330s Received Three Or More Firms That Are Considered The Most Highly Qualified To Provide The Type Of Services Required Will Be Selected For Interviews. Selected Firms Will Be Notified By Telephone Or Email Of Selection And Provided Further Instructions.
selection And Evaluation Of Firms Shall Be Made Based On Sf 330 Submissions And Direct Responses To The Selection Criteria Identified Herein. Failure To Address All Selection Criteria Will Result In A Decreased Rating.
evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Contracting Officer Knowledge Of Current Project Performance. Failure To Provide Requested Data, Could Result In A Firm Being Removed From Consideration. If Relevant Cpars Evaluation(s) Are Available, Report(s) Shall Be Submitted With The Completed Sf330 Package. If There Is Not A Completed Cpars Evaluation, The Ppq Included With This Notice Is Provided For The Offeror Or Its Team Members To Submit For Each Project Included In Criterion (2). Official Cpars Evaluation(s) Found In In Government Databases Will Take Precedence. Completed Ppqs Should Be Submitted With Your Sf330.
firms That Design Or Prepare Specifications In Conjunction With This Contract Are Prohibited From Participating On Any Future Construction Contracts Based On Those Documents. All Projects Identified On The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract.
submission Requirements.
the Sf 330 Form May Be Downloaded From Http://www.gsa.gov/portal/forms/type/sf. Completed Sf 330 S Shall Include The Primary Firms, Subcontractor Firms And Any Consultants Expected To Be Used On The Project. Do Not Submit Information Incorporating By Reference. Prospective Firms Shall Address All Selection Criteria Factors Within Their Submitted Sf330 Packages.
the Following Format Should Be Used:
cover Page With Solicitation Number, Project Title.
table Of Contents.
sf 330.
acceptability Under Other Appropriate Evaluation Criteria, I.e., Sf 330, Section H.
copy Of Current A/e State Engineer/architect License.
unique Entity Id (uei).
tax Id Number.
the E Mail Address And Phone Number Of The Primary Point Of Contact.
sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf 330 And Attachments (if Any) No Later Than 10:00 Am Est On January 30, 2025. Email Capacity Is Limited To Seven (7) To Ten (10) Megabytes (megs).
all Sf330 Submittals And Questions Must Be Sent Electronically To The Attention Of Contract Specialist Shannon Brown, Shannonmarie.brown@va.gov And Guy Brooks, Contracting Officer At Guy.brooks@va.gov. Please Provide Pre-solicitation Number, Project Title, And Firm Name In Subject Line Of Email. When Submitting Sf330s, If More Than One Email Is Sent, Please Number Emails In Subjects As 1 Of N . Submittals Received After The Date And Time Identified On Page One (1) Will Not Be Considered. Firms Not Providing The Required Information May Be Negatively Evaluated.
the Sf-330 Including Title Page, Table Of Contents, And Any Other Relevant Information Shall Not Exceed A Total Of 50 Pages In A Common Font Size 12 Font, Single Spaced. The Proposal Shall Be Submitted As A Single Application-generated (not Scanned), Searchable Pdf Document. A Page Is Defined As Each Face Of An 8.5 X 11-inch Sheet Of Paper Containing Information. The Page Limitation Does Not Apply To The Licenses, Contract Performance Evaluations, (i.e., Cpars) And Award Documentation. This Information Should Be Provided As Attachments To The Sf 330.
all Questions Regarding This Announcement Must Be Emailed To The Contract Specialist Shannon Brown At Shannonmarie.brown@va.gov And Contracting Officer Guy Brooks At Guy.brooks@va.gov
site Visits Will Not Be Arranged This Phase.
this Announcement Is Not A Request For Proposal. This Is A Pre-solicitation Notice For Architect/engineering (a/e) Design Services; No Solicitation Package Will Be Issued Until After An Evaluation Has Been Made On The Provided Sf-330. Only The A/e Firms Responding To This Announcement By Submitting An Sf330 Package On Time Will Be Considered For Initial Evaluation.
see Attached Documents:
attachment 1 Statement Of Work
attachment 2 Pre-construction Assessment/ Evaluation
attachment 3 Past Performance Questionnaire
Closing Date30 Jan 2025
Tender AmountRefer Documents
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Construction Of Solar Powered Irrigation Project, Construction Of Reinforced Concrete Tanks And Installation Of Pipelines For Upper Masaba Sip The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-epa-sip2025-015 (infra) Project Name : Upper Masaba Sip Contract Location : Quiniput, Zamboanga City Scope Of Works : Construction Of Solar Powered Irrigation Project, Construction Of Reinforced Concrete Tanks And Installation Of Pipelines For Upper Masaba Sip Approved Budget For The Contract (abc) : Php 9,894,609.41 Contract Duration : 168 Calendar Days Amount Of Bidding Documents : Php 10,000.00 The Nia – Ro9 Bac Is Conducting An Early Procurement Activity (epa) On Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : December 21, 2024 – January 20, 2025 At 8:30 Am Pre-bid Conference : January 8, 2025 At 9:00 Am Submission Of Bids : January 20, 2025 At 8:30 Am Opening Of Bids : January 20, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting December 21, 2024 – January 20, 2025. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Prescribed In The Above-mentioned List Of Projects. 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 Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 08 January 2025 At 9:00 Am At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 20 January 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below. The Nia – Ro9 Bac Additional Guidelines Is The Conduct Of Site Inspection To Be Scheduled During Pre-bid Conference. • The Certificate Of Site Inspection Shall Be Issued And Signed By The Nia R9 Authorized Representative After The Activity, Which Shall Be Required To Include In The Bid Tender (technical Component). Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/hev-uxfp-utg Opening Of Bids : Https://meet.google.com/bkn-midq-rvv 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Completed For The Past Five (5) Years. • Irrigation And Flood Control With Experience In Solar Powered Pumps To Be Eligible To Bid For The Contract, Bidders Must Have Done A Single Largest Completed Contract (slcc) Containing A Category Of Work Which Is The Same As Or Similar To The Major Category Of Works, And Who’s Total Slcc Cost Is At Least 50% Of The Approved Budget For The Contract (abc) To Be Bid. The Above Slcc Must Be Supported By A Copy Of The Contract, Certificate Of Completion, And Owner’s Certificate Of Final Acceptance (1-year After The Issuance Of The Certificate Of Completion) Issued By The Project Owner Other Than The Contractor Or A Final Rating Of At Least Satisfactory In The Constructors Performance Evaluation System (cpes). In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Interested Bidders Shall Have At Least Or Any Equivalent To Pcab Size Range “small B” Category: C & D (per Pcab Board Resolution No. 201, Series Of 2017) 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel Relevant Experience General Experience Number Project Engineer 5 Years Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 5 Years 1 Office Engineer 3 Years Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 3 Years 1 Materials Engineer 1 3 Years Shall Be An Accredited Material Engineer Of Dpwh. Shall Render Service To The Project As Required. 3 Years 1 Foreman 5 Years Experienced In Irrigation Structures. Shall Render Fulltime Service To The Project Until Completion. 5 Years 1 Safety & Health Officer (so2) 3 Years Shall Have At Least 3 Years’ Experience In Construction Industry. Completed Cosh Training And Shall Render Fulltime Service To The Project Until Completion. 3 Years 1 Geodetic Engineer 3 Years Licensed Geodetic Engineer. Shall Render Service To The Project As Required. 3 Years 1 Electrical Engineer 3 Years A Licensed Electrical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 3 Years 1 Mechanical Engineer 3 Years A Licensed Mechanical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 3 Years 1 The Contractor May Assign Other Support Personnel From Those Listed For The Optimal Performance Of The Project Construction Team. The Support Personnel Shall Undertake The Required Day-to-day Site Or Office-related Activities Of The Contractor. Full Time Services Mean, The Personnel Involved Shall Render Minimum Of Eight (8) Hours A Day Or Forty (40) Hour A Week And Shall Be Available Upon Request Of The Procuring Entity. 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 1 Generator Set 15kva 1 Welding Machine 300a 1 Dumptruck 6 Cu.m 1 Concrete Mixer 1 – Bagger 1 Butt Fusion Machine Up To 6” Diameter 1 Survey Instrument 1 Set Initial Equipment Requirement Upon Mobilization: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 1 Dumptruck 6 Cu.m 1 Survey Instrument 1 Set The Proof Of Ownership Of Equipment Requirements Are Copies Of Current Lto Official Receipt (or) And Certificate Of Registration (cr) Of The Equipment Which Should Be Attached Together With The Affidavit Of Ownership. In Case Of Leased Equipment, A Lease Contract And Affidavit Of Commitment Or Certificate Of Availability Of Equipment Should Be Submitted With The Lessor/owner As The Pledger Of The Equipment, Stating Therein That The Equipment Will Be Available For The Whole Duration Of The Project. For Purchase Agreement, The Description Of The Equipment To Be Purchased Such As Brand/model, Type Of Equipment, Motor No., Body No. And The Capacity Must Be Indicated In The Document, Otherwise, The Bac Will Not Honor The Purchase Agreement And The Bidder Will Be Declared As Non-complying. Likewise, List Of Contractor’s Major Equipment Units Pledged To Be Used For The Project Must Be Supported By Proof Of Ownership If It Is Owned, Lease Agreement If It Is Being Leased And Purchase Agreement If To Be Purchased. A Certification Of Availability Of Equipment For The Duration Of The Project Must Also Be Provided By The Equipment Owner And/or Lessor/vendor. The Bidder Should Also Specify In The Submitted Bid The Location Of The Equipment Where It Can Be Inspected. If Any Piece Of Equipment Is Not In The Specified Location, Then The Bidder Shall Be Post-disqualified. Item No. Description Qty Unit I Temporary Works & Mobilization/demobilization Mobilization/demobilization 1.00 Ls Temporary Facilities 1.00 Ls Project Billboard 1.00 Ls Ii Construction Safety & Health 1.00 Ls Iii Construction Of Solar Pump Irrigation System Well Drilling, Development And Testing W/ 6" Casing (until Good Aquifer Is Reached.) 1.00 Lot Solar Module Mounting Structure 1.00 Lot Solar Power Controller Housing (4x2 Meters) 1.00 Lot Perimeter Fence 1.00 Lot Delivery And Installation Of Lightning Arrester 1.00 Lot Pv Modules-solar Panels 600 Watts (please See Attached Plans.) 1.00 Lot 5hp Hybrid Ac/dc Submersible Water Pump Power: 5.5hp/4000w Voltage (ac): 85v-280v Voltage (dc): 80v-550v Max. Flow: 19m³/h Max. Head: 135m Outlet: 2" Body Diameter: 3 3/4" 1.00 Lot Hybrid Dc/ac Controller (11kw) 1.00 Lot Delivery & Installattion Of Cabling & Accessories For Solar Pump System 1.00 Lot Cctv Security System 1.00 Lot Construction Of Reinforced Concrete Tank Common Excavation (manual) 91.14 Cu.m 3000 Psi Concrete 66.87 Cu.m Rsb (cutting, Bending & Placing Of Rebars) 5,969.76 Kg Rc Tank Accessories (gate Valve, Pipes, Etc) 3.00 Ls Common Backfill (manual) 118.47 Cu.m Installation Of Water Distribution Pipe W/ Appurtenant Structures Common Excavation (manual) 266.64 Cu.m 4" Ø Hdpe Pipe Sdr 11 (w/ Free Delivery, Connectors& Fittings) 590.00 Ln.m 3" Ø Hdpe Pipe Sdr 11 (w/ Free Delivery, Connectors& Fittings) 570.00 Ln.m Air Release Valve Installation With Accessories 3.00 Ls Water Top Stand 4.00 Set Common Backfill (manual) 134.23 Cu.m
Closing Date20 Jan 2025
Tender AmountPHP 9.8 Million (USD 168.9 K)
Soil Survey And Soil Conservation Department Tender
Works
Civil And Construction...+1Civil Works Others
Eprocure
Corrigendum : Corrigendum Added
India
Purchaser Name: Soil Survey And Soil Conservation Department | Infrastructure Devolopment Works In Madukka Trdm Settlement Nagar, Chakirimedu In Koruthodu Panchayath , Kanjirappally Block In Kottayam District.
Closing DateCancelled
Tender AmountINR 1.1 Million (USD 12.8 K)
Directorate Of Land Records And Survey Tender
Goods
Software and IT Solutions
GEM
Corrigendum : Corrigendum Added
India
Purchaser Name: Directorate Of Land Records And Survey | CATEGORY: Entry and Mid Level Desktop Computer (Q2) , Line
Interactive UPS with AVR (V2) (Q2) , Security and Protective
Software including Antivirus (Q2) , Multifunction Machines
MFM (Q2)
Closing Date23 Jan 2025
Tender AmountINR 41 Million (USD 473.6 K)
This is an estimated amount, exact amount may vary.
Soil Survey And Soil Conservation Department Tender
Works
Civil And Construction...+1Excavation
Eprocure
India
Purchaser Name: Soil Survey And Soil Conservation Department | Karuvelithodu Under District Panchayat Project 2024 25 Pathiyoor Division Karuveli Thodu Protection Work General Civil Work Project No 741 25 Of Alappuzha District Panchayat Pathiyoor Division
Closing Date17 Feb 2025
Tender AmountINR 1.2 Million (USD 14.5 K)
7231-7240 of 7496 archived Tenders