Survey Tenders

Survey Tenders

DEFENSE LOGISTICS AGENCY USA Tender

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

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents 
Details: The Black Hills Health Care System Requires Milk And Dairy Products With The Salient Characteristics Listed Below. this Is A Sources Sought Looking For Businesses To Provide The Supplies Listed Below For Market Research Purposes. No Awards Of A Contract Will Be Made From This Announcement. if You Are A Vendor That Can Provide The Requested Information Above And Required Supplies Described Below With Competitive Pricing, Send Your Information (to Include Your Organization's Unique Entity Identifier Number) With A Description Of Proof Of Capability To: Joey Bloomer, Joseph.bloomer@va.gov, By February 13th At 5pm Cst. Only Emailed Responses Will Be Considered. additionally, Please Provide Answers As Appropriate To The Following Questions In The Table Below With Your Response To This Sources Sought. Failure To Respond To The Following Questions May Affect The Acquisition Strategy. 1. identify Your Organization's Socio-economic Category. 2. identify If Your Organization Is The Manufacturer Of The Requested Supplies.â if You Are Not The Manufacturer, Identify The Manufacturer Of The Supplies That You Will Provide, Their Socio-economic Category And A Letter Showing That Your Organization Is An Authorized Distributor For The Requested Supplies.â  3. fill Out The Certificate Under Far Provision 52.225-2(b), Identifying The Item And Its Country Of Origin. ( Https://www.acquisition.gov/far/part-52#far_52_225_2__d3401e52). If The Product Is A Us Domestic End Product, Write In Usa For The Item's Country Of Origin. 4. state Whether Any Of The Requested Supplies May Be Ordered Against A Government Contract Awarded To Your Organization (e.g Federal Supply Schedule (fss), General Services Administration (gsa), Etc.). 5. address Whether Your Organization Meets The Requirements Of 13 Cfr 121.406 (b)(1)(i), (b)(1)(ii) And (b)(1)(iii) (https://www.ecfr.gov/current/title-13/chapter-i/part-121/subpart-a/subject-group-ecfr0fca5207262de47/section-121.406#p-121.406(b)). 6. provide Estimated Shipping And Delivery Information For The Requested Supplies (e.g. Expected Lead Time On Delivery). â  *if Applicable, Vaar 852.219-76 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products, Will Apply To The Potential Solicitation If Set-aside For Veteran Owned Small-businesses.* â  *if Applicable, Vaar 852.212-71 Gray Market Items, Will Apply To The Potential Solicitation.* *if Applicable, Far 52.219-14 Limitations On Subcontracting, Will Apply To The Potential Solicitation If Set-aside For Small-businesses. * statement Of Work provide Milk Products Listed In The Schedule Utilizing A 5-year Idiq With 5 One-year Ordering Periods To Run From April 1, 2025, Through March 31st, 2030, For The Following Department Of Veterans Affairs, Medical Centers: va Black Hills (hot Springs And Fort Meade Campuses) product Specifications: all Products Offered Within A Bid Group Will Be Available To Be Ordered For Delivery At Any Location Within That Bid Group. each Location Will Phone Or Electronically Send In Delivery Orders For Milk Products To The Contractor. fort Meade Facility Will Require Deliveries Two (2) Days Per Week. Order Will Not Be Required To Be Placed More Than One Week Prior To Delivery Day. hot Springs Facility Will Require Deliveries Two (2) Days Per Week. Order Will Not Be Required To Be Placed More Than One Week Prior To Delivery. if An Item Has Been Ordered And Is Not Available At The Time Of Delivery, It Will Be The Vendor S Responsibility To Obtain The Necessary Product That Day. all Delivery Tickets And Invoices Referencing The Purchase Order Number Must Show The Total Items Delivered For Each Line Item. the Government Does Not Guarantee The Estimated Yearly Quantity. please Indicate The Time Orders Are To Be Placed By Location: fort Meade, Sd 3 Working Day Prior To Delivery hot Springs, Sd 3 Working Days Prior To Delivery authorization For Changes. The Contractor Shall Contact The Contracting Officer On All Matters Pertaining To Administration. Only The Contracting Officer Is Authorized To Make Commitments To Issue Changes Which Will Affect The Price, Quantity And Quality Or Delivery Of This Contract. packaging, Packing And Labeling. All Packaging And Packing Shall Be In Accordance With Good Commercial Practice. Labeling Shall Be In Accordance With Commercial Labeling Complying With The Federal Food, Drug, And Cosmetic Act And Regulations Promulgated There Under. all Items Must Be Identified With Readable Dates (open Code Dates), Or Coded Dates. Contractors Who Do Not Use Open Dating Will Provide A Product Code Number Key Listing To Each Customer Facility. The Product Code Number Key Listing Shall Explain The Actual Date Of Production Or Processing. Copies Of Key-codes Will Be Furnished To Each Destination Receiving Officer And Each Destination Inspection Agency With The First Delivery. offeror Is To Provide Pricing For Both Each And Squat Containers, If Available. Individual Delivery Locations Will Decide Which Container Type To Order. all Products Listed Within This Contract Are To Be Available To Any Va Listed In The Contract At The Same Price Quoted In The Contract. the Government Anticipates Making A Single Contract Award In The Aggregate. evaluation Of Offers Will Be Based On Capability To Meet The Government Requirements, Past Performance, And Price. Preference May Be Given To Offers That Provide Prices For Product In Containers As Specified. However, Vendors May Offer Alternate Container (packaging) Options And Pricing. Award Will Be Made To The Offeror That Is Determined To Be The Best Value For The Government. Alternative Methods, (i.e. Hormone Free Milk) Are Encouraged. If Presenting Alternative Methods, Please Specify That In Your Bid. product Quality And Freshness. all Milk And Dairy Products Shall Be Delivered To The Requested Destinations As Listed In The Schedule. All Milk And Dairy Products Furnished Under This Contract Shall Be Fresh And Of The Highest Quality. all Products Furnished Under This Contract Shall Be Processed And Packed Under Sanitary Conditions In Strict Accordance With Guidelines Provided By The U.s. Food And Drug Administration And The U.s. Department Of Agriculture, Using The Best Commercial Practices That Are Standard For The Industry. All Containers Shall Be Clean, Sound And Securely Covered Or Sealed To Provide Adequate Protection From Dirt, Filth, Or Contamination. unless Otherwise Specified In The Item Specification Or Solicitation, Marking Shall Be In Accordance With Best Commercial Practice. any Commercial Or Additional Labeling As Specified Which Complies With The U.s. Food, Drug And Cosmetic Act And Regulations Promulgated There Under, Is Acceptable. products Manufactured To Metric Dimensions Will Be Considered On An Equal Basis With Those Manufactured Using Inch-pound Units, Providing They Fall Within The Tolerances Specified Using Conversion Dimensions And Those Dimensions Exceed The Tolerances Specified In The Inch-pound Units, A Request Should Be Made To The Contracting Officer To Determine If The Product Is Acceptable. The Cotr, In Accordance With The Contracting Officer, Will Accept Or Reject The Product. freshness Requirements For Dairy Products. Fluid Dairy And Other Products Shall Have A Minimum Of Ten (10) Days Shelf Life Remaining At The Time Of Delivery Commensurate With Good Commercial Practice And At A Minimum, Maintain Grade A Standards. deliveries Or Performance. the Contracting Officer Shall Authorize Va Fort Meade, Sd & Va Hot Springs, Sd Personnel To Place Delivery Orders (do) For Products Listed In The Schedule Of Pricing. orders Shall Be Placed No Less Than 1 Workday Prior To The Required Delivery Date, Upon Delivery At The Receiving Location, Items Ordered Shall Be Less Than 24 Hours Old. deliveries Shall Be Made Between 5:30am And 3:30pm, Local Time, On Monday Through Friday, As Requested By The Cotr Or His/her Designee, Excluding Saturdays, Sundays, And Federal Holidays. deliveries Shall Be Made Within The Premises At The Following Locations: va Health Care System dietetics Service building 146 (hospital) fort Meade, Sd 57741 va Health Care System dietetics Service, Building 53 hospital Kitchen 500 North 5th Street hot Springs, Sd 57747 inspection Of Plants: All Product Furnished Under The Awarded Contract Shall Be Processed At Plants That Have Been Inspected By The Federal Government. Approved Inspection Reports Of Another Va Facility Or Other Federal Government Agency Will Be Accepted As Satisfactory Evidence That The Facilities/plants Meet These Requirements, Provided That The Inspection Was Made Not More Than Six (6) Months Prior To The Proposed Contract Period. The Contracting Officer Or His/her Designee Reserves The Right To Make Pre-award, On-site Survey And Inspection Of The Plant, Personnel, Equipment, And Processes Of The Offeror Prior To Making Award And Conditions Found Will Be Considered In Awarding The Contract. Inspection(s) May Also Be Made At Any Time During The Life Of The Contract And, If It Is Found That The Contractor Is Not Complying With Specifications, Deliveries Will Be Rejected, And The Products Covered By This Contract Will Be Procured In The Open Market. Any Excess Cost Occasioned By This Action Will Be Charged Against The Contractor S Account. description Of Supplies/schedule Of Price/costs: Contractor Shall Provide The Estimated Milk And Dairy Requirements As Described In The Schedule To The Va Black Hills Care System, In Accordance With Specifications Contained Herein, For 5 One-year Ordering Periods. The Government Anticipates Award Of A Firm Fixed-price Estimated Requirements Contract For The Period April 1, 2025 Through March 31, 2030. The Government Does Not Guarantee The Estimated Yearly Quantity. Any Proposed Alternate Items Shall Meet The Requirements Of The Government Specifications As Cited In The Index Of Federal Specifications/standards (fed) And Or Commercial Item Description (cid). A-a-20052b And A-a-20053b. The Awarded Contract Shall Constitute The Entire Agreement Including All Terms And Conditions Applicable To The Contract. the Government Does Not Guarantee The Estimated Yearly Quantity. supplies/services Milk Products Annual Estimation (12 Months) est Qty unit milk, 2%, 0.5 Pint, 50/case 72800 â½ Pint milk, 1%, 0.5 Pint, 50/case 17000 â½ Pint milk, Whole, 0.5 Pint, 50 Case 20800 â½ Pint milk, Skim (nonfat), 0.5 Pint, 50/case 10400 â½ Pint milk, Chocolate, 1%, 0.5 Pint, 50/case 11600 â½ Pint milk, 1%, Gallon 50 gallon milk, 2%, Gallon 300 gallon milk, Whole, Gallon 50 gallon milk, Skim (nonfat), Gallon 25 gallon sour Cream, 5 Lbs., Tray Of 2 80 5 Lbs./2 Tray sour Cream, 1 Oz. 100/case 100 100 Oz/case cottage Cheese, (low-fat), 5 Lbs., Tray Of 2 300 5 Lbs./2 Tray cottage Cheese, (small Curd), 5 Lbs., Tray Of 2 300 5 Lbs./2 Tray butter, Salted, 1 Lb. Quarters 100 1 Lb. Quarters buttermilk, 1%, Quart 301 quart cream Cheese, 8 Oz., Brick 30 8 Oz. Brick whipped Cream, Aero, 14 Oz. 300 14 Oz. yogurt, Vanilla, 24 Oz. 300 24 Oz. yogurt, Plain, 24 Oz. 50 24 Oz

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

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

Municipality Of Mankayan, Benguet Tender

Civil And Construction...+4Building Construction, Construction Material, Consultancy Services, Civil And Architectural Services
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 270 K (USD 4.6 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Province Of Benguet Municipality Of Mankayan Project Name : Geotechnical Investigation (soil Testing, Exploration, Etc.) At Barangay Poblacion Location : Mankayan, Benguet (various Barangays) Contract Duration : 30 Calendar Days Approved Budget For The Contract (abc) : Php 270,000.00 Source Of Fund : Saip No. 06 Mode Of Procurement : Public Bidding Terms Of Reference Geotechnical Investigation (soil Testing, Exploration, Etc.) (various Site Location) I. Introduction A. Background The Local Government Unit Of Mankayan Is Embarking On The Implementation Of Multiple Vertical Infrastructure Projects, Including Public Buildings, Healthcare Facilities, And Commercial Centers. These Projects Are Integral To Supporting Community Development, Improving Public Services, And Promoting Economic Growth Within The Municipality. Given The Diverse Nature Of These Projects, It Is Crucial To Guarantee That The Proposed Structures Are Designed And Constructed To Meet Safety, Durability, And Sustainability Standards. The Success Of These Projects Relies Heavily On The Stability And Suitability Of The Underlying Soil And Subsurface Conditions. As Such, A Comprehensive Geotechnical Investigation Is Essential To Provide The Data And Analysis Necessary For Informed Decision-making During The Design And Construction Phases. The Geotechnical Investigation Aims To Evaluate The Physical, Chemical, And Mechanical Properties Of The Subsurface Materials At Each Project Site. This Assessment Will Identify Potential Geotechnical Challenges, Such As Soil Instability, Low Bearing Capacity, High Groundwater Tables, Or The Presence Of Expansive Or Liquefiable Soils, Which Could Impact The Structural Integrity Of The Proposed Buildings. Furthermore, The Investigation Will Ensure Compliance With Local Building Codes And Regulatory Requirements While Optimizing Design Solutions To Balance Safety, Performance, And Cost-efficiency. B. Objectives 1. To Determine The Soil Bearing Capacity To Guide Foundation Design. 2. To Evaluate Soil Composition And Its Properties To Be Able To Assess Soil Stability. 3. To Analyze The Data Obtained And Give Engineering Consideration And Recommendation On The Selection And Design Of Foundation. 4. To Address Seismic Considerations. 5. To Ensure Regulatory Compliance And Standards. 6. To Support Cost-effective Design. C. Scope Of Work The Proposed Projects Are The Subject Of Subsurface Soil Exploration Work Including Geotechnical Report. Name Of Project And Location Number Of Bored Hole Mankayan Public Market, Poblacion 6 Poblacion Barangay Hall, Poblacion 3 Ii. Scope Of Services A. General 1. The Consultant Shall Be Responsible For Carrying Out The Necessary Subsurface Soil Exploration Works In Respect To The Project Stated. 2. After The Issuance And Receipt Of Notice To Proceed (ntp), The Consultant Shall Coordinate With The Municipal Engineering Office To Identify The Site Of The Project. 3. Upon Completion Of The Subsurface Exploration Work Activities, The Consultant Shall Submit Their Final Report Containing Geotechnical/ Geological Reports To The Municipality. 4. All Damages Incurred By The Project Shall Be Restored By The Contractor. 5. The Consultant Shall Be Responsible For The Reliability Of The Work Presented. B. The Service 1. Subsurface Soil Exploration Works A. Location The Consultant Shall Coordinate With The Municipal Engineering Office Before The Conduct Of Subsurface Soil Exploration Works For Proper Identifying The Location Of The Projects. B. Scope Of The Project The Consultant Shall Provide All The Labor, Instrument/ Equipment Materials And Supplies, Vehicles, Bunkhouses, Etc., Necessary To Perform Satisfactorily The Subsurface Exploration Herein Required, Viz: I. Drilling And Sampling Ii. Standard Penetration Test (spt) Iii. Water Level Measurements Iv. Laboratory Testing And Analysis V. Preparation And Submission Of Reports The Consultant Shall Be Held Solely Responsible For The Result Of This Boring/ Drilling Exploration And Other Activities Under The Terms Of Reference (tor). C. Detailes Exploration Requirements/ Specifications Drilling And Sampling 1. Location And Number All Boreholes At The Specified Location Should Be Shown On The Plans. Include Coordinates. 2. Depths Of Borings Shall Be Equal To 15 Meters Or Extend If Necessary, Depending On The Soil Classification. 3. Procedure In Sand, Clay, And Slit Materials, The Boreholes Shall Be Advanced By The Wash Boring Method In Between Sampling Sections Using Side Discharged Chopping Bits. Whenever Necessary, “n”-size Casings Shall Be Utilized. The Washed Section Shall Be Cleaned Thoroughly Before Each Sampling Run, Ensuring That The Underlying Soil Is Not Disturbed. Sampling Shall Be Done At One Meter Interval From The Riverbed To Hard Strata Using 50 Cm Split Spoon Sampler. In A Soft Cohesive Layer, Disturbed Sample Using Thin-walled Tube Samplers Shall Be Obtained Hydraulically. Core Drilling Shall Be Carried Out By A Diamond Rotary Drill Method In Gravely On Rock Formation. Core Samples Shall Be Undertaken Wherever Solid Information Is Encountered. D. Equipment 1. Drilling Machine The Consultant Shall Utilize At Least Two (2) Drilling Machine And Set Them Up At The Project Site. The Drilling Machine Shall Be In Good Working Condition And Shall Be Of Such Capacity As To Maintain Satisfactory Progress Of Work. 2. Bits The Consultant Shall Have An Example Supply Of Different Types Of Bits To Adapt To Varying Conditions. Bottom Discharge And Stepped Bits Shall Also Be Available. 3. Core Barrels Double Tube Swivel Type Core Barrels In Good Condition And Obtaining Maximum Core Recovery Shall Be Used. 4. Casing The Consultant Shall, At His Own Expense And Responsibility, Provide Casings As Required To Ensure The Stability Of The Borehole Walls. The Casings Shall Be At Least Of N-size And Shall Be In Good Condition. After A Hole Has Beed Finished, The Casings Shall Be Retrieved. E. Handling And Core Samples The Consultant Shall Provide All The Materials, Equipment, And Labor Necessary For Preserving Samples. F. Standard Penetration Test (spt) The Test Shall Be Carried Out Through Ordinary Soil Encountered To The Depths Specified Above. Standard Penetration Test Shall Be Performed Using 5.0 Cm (2.0 In.) Outside Diameter Split Spoon Sampler, Driven By A 63.6 Kgs (140 Lbs.) Hammer Falling 76.0 Cm (30 In.) At 1.50 Mts Interval Or Closer If Necessary. G. Water Level Measurement The Water Level Shall Be Measured Daily (before And After) Whenever Encountered In A Borehole. H. Laboratory Testing Analysis The Preparation Of Samples For Testing Shall Be Made In Accordance With Aashto. The Following Test Shall Be Made On Samples Obtained From Boring And Drilling. 1. Split – Spoon Analysis I. Visual Soil Description Ii. Mechanical Analysis, Aashto Designation T88 Iii. Liquid Limit, Plastic Limit And Plasticity Index, Aashto Designation T89 And T90 Iv. Group Index And Soil Classification, Use Unified Soil Classification C. Report Outputs/ Deliverables 1. Final Output The Consultant Shall Prepare The Final Report Containing Geological/ Geotechnical Reports And Analysis In Five (5) Bound Copies In The Form And Substance To Be Submitted To The Local Government Of Mankayan – Engineering Office Together With The Detailed Engineering Plans, Thirty (30) Days From The Commencement Of Work And/ Or At The Termination Of The Contract. The Final Report Shall Not Be Limited To The Following: A. Field Investigation And Methodology B. Borehole Drilling And Sampling C. Laboratory Testing D. Final Boring Logs (bl) E. Final Laboratory Test Results (fltr) F. Borehole Location Plan G. Soil Profile Along Structures Showing Boring/ Drilling Logs H. Soil Liquefactions Investigation Report I. Soil Bearing Capacity J. Detailed Discussion Of The Result Of Geological/ Geotechnical Investigation And Laboratory Testing K. Recommendation (foundation Type And Required Geotechnical Parameter For Design) Other Data To Be Submitted By The Consultant Along With The Final Report Are The Following: Boring Logs A. Job, Boring, Hole Number, Date, Time, Boring/drilling, Foreman, Supervisor B. Weather Condition C. Depth Of Boring At Start Of The Day D. Method Of Penetration And Flushing System E. Description Of Soil Strata Encountered F. Depth Of Soil Boundaries G. Size, Types And Depth Of Samples And Sample Number H. Type And Depth Of In – Situ Test I. Standard Penetration Test Resistance, “n” Value J. Recovery Ratios Of Samples K. Detailed Notes On Boring/ Drilling Procedure, Casing Sizes And Resistance To Driving, Description Of Wash Water Or Spoil From Boring/ Drilling Tools L. Depth Of Boring At End Of The Day M. Other Relevant Information Such As Rqd, Percent Core Recovery, Andle Of Fiction, Etc. Photographs Photographs Showing The Borehole Drilling And Sampling At Each Proposed Sites Shall Be Taken By The Consultant And Incorporated In The Report. Photographs Shall Be Taken At Each Borehole Location Depicting The Following: A. Equipment Used B. Core Drilling Operation C. Water Level Measurements D. Performance Of Spt And Shelby Tube Samples E. All Cores In The Core Boxes, Spt And Shelby Tube Samples F. Date Photographs Was Taken. Note: Photographs Will Be Printed As A Part Of The Final Report. Produce Another Set Of Photographs In 3r Size. Iii. Implementation A. Key Experts’ Qualification And Requirements The Following Experts/ Professionals And Their Member Shall Be Required To Carry Out The Consulting Services For The Projects And Should Have Appropriate Educational Degree, Relevant Training And Adequate Years Of Experience In The Conduct Of Sub-surface Soil Exploration. Position/ Key Staff Number Of Staff Detailed Tasks/ Responsibilities Required Qualifications Team Leader 1 • Overall Guidance, Direction, Supervision And Coordination Of Members Of The Team • Study And Determination Of Items And Method Of Soil Investigation And Laboratory Test • Perform Necessary Subsoil Investigations On Representative Sections Of The Road With Samples To Be Taken At Suitable Intervals • Investigate The Physical Properties Of Materials To Facilitate The Design Of Structures • Bs In Civil Engineering; Ms Or Doctoral Degree Is An Added Advantage • Duly Licensed/ Registered Civil Engineer • At Least 10-year Experience On Soil, Sub-surface And Geotechnical Survey And Study Of Structures, Roads And Bridges The Consultant Shall Provide Technical And Administrative Support Staff As May Require. B. Contract Period The Consultant’s Contract Period For Undertaking The Detailed Engineering Design And Final Report Shall Be Thirty (30) Calendar Days And The Consultant Shall Commence Work After Receipt Of Notice To Proceed. C. Assistance To Be Provided By The Client The Lgu Of Mankayan Shall Ensure That The Consultant Has Access To All Relevant Information Necessary To The Performance Of The Above Services. The Consultant Is Expected To Provide Office Space And Equipment And All Other Resources For Completing The Service. Prepared By: Recommending Approval: Mharidion L. Gas-ing Jonathan S. Casaldo Architect I Municipal Engineer Approved: Hon. Dario S. Banario Municipal Mayor Schedule Of Bac Activities As Follows: February 13, 2025 Last Submission Of Letter Of Intent And Purchase Of Bid Docs(5:00pm) February 26, 2025 Dropping Of Bids, (08:00am-09:30am) At Municipal Library February 26, 2025 Opening Of Bids, (10:00am) At Municipal Library A Complete Set Of Bid Documents May Be Acquired From The Bac, Mankayan, Benguet Upon Payment Of Non-refundable Fee Corresponding To The Amount Of The Contract. Prepared By: Digno M. Valentin Mbac-chairman

NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender

Others
United States
Closing Date14 Feb 2025
Tender AmountUSD 26.2 K 
This is an estimated amount, exact amount may vary.
Details: Combined Synopsis/solicitationnon-personal Landscaping Services For National Weather Service (nws) Weather Forecast Office (wfo) Located In Bismark, Nd(i) this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice And In Accordance With The Simplified Acquisition Procedures Authorized In Far Part 13. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued.(ii) this Solicitation Is Issued As A Request For Quotation (rfq). Submit Written Quotes On Rfq Number 1305m325q0074.(iii) the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 (jan 2025).(iv) this Solicitation Is Being Issued As A Total Small Business Set-aside. The Associated Naics Code Is 561730. The Small Business Size Standard Is $9.5 Million. (v) this Combined Solicitation/synopsis Is For Purchase Of The Following Commercial Services:clin 0001 – Base Yearservices, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscaping Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Bismark, Nd, In Accordance With The Statement Of Work. Period Of Performance 4/1/2025 Through 3/31/2026.clin 1001 – Option Year 1services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscaping Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Bismark, Nd, In Accordance With The Statement Of Work. Period Of Performance 4/1/2026 Through 3/31/2027.clin 2001 – Option Year 2services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscaping Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Bismark, Nd, In Accordance With The Statement Of Work. Period Of Performance 4/1/2027 Through 3/31/2028.clin 3001 – Option Year 3services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscaping Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Bismark, Nd, In Accordance With The Statement Of Work. Period Of Performance 4/1/2028 Through 3/31/2029.clin 4001 – Option Year 4services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscaping Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Bismark, Nd, In Accordance With The Statement Of Work. Period Of Performance 4/1/2029 Through 3/31/2030. (vi) description Of Requirements Is As Follows:see Attached Statement Of Work Which Applies To Base Year And All Option Years 1 – 4, And Department Of Labor Wage Rates: Wd 2015-5379, Revision No. 24, Which Can Be Found On: Https://sam.gov/content/wage-determinationsinvoices To Be Billed Monthly In Arrears. Provide Monthly And Annual Pricing For Each Base And Option Year. Quote Pricing May Be Provided On Attached Sf18 Form Or On Company Letterhead.(vii) date(s) And Place(s) Of Delivery And Acceptance:period Of Performance Shall Be:base Year For A Twelve Month Period 4/1/2025 Through 3/31/2026.option Period 1 For A Twelve Month Period 4/1/2026 Through 3/31/2027.option Period 2 For A Twelve Month Period 4/1/2027 Through 3/31/2028. Option Period 3 For A Twelve Month Period 4/1/2028 Through 3/31/2029. Option Period 4 For A Twelve Month Period 4/1/2029 Through 3/31/2030.place Of Performance Is Nws - Bis2301 University Drive, Bldg. 27 Bismarck, Nd 58504burleigh County(viii) Far Provision 52.212-1, Instructions To Offerors-commercial Products And Commercial Services (sept 2023), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment.(ix) Far Provision 52.212-2, Evaluation-commercial Products And Commercial Services (nov 2021), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment.(x) Far Provision 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. Offerors Are Advised To Include A Completed Copy Of The Provision With Its Offer.(xi) Far Clause At 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. (xii) Far Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (jan 2025), Applies To This Acquisition And Can Be Found In Full Text On The Request For Quote Form Sf18 Attachment. (xiii) Any Additional Contract Requirement(s) Or Terms And Conditions That Apply Can Be Found On The Request For Quote Form Sf18 Attachment. (xiv) Defense Priorities And Allocations System (dpas) And Assigned Rating Does Not Apply.(xv) Quotes Are Required To Be Received In The Contracting Office No Later Than 12:00pm Mst/mdt On 2/14/2025. All Quotes Must Be Submitted Electronically Via Email To Isabel.vigil@noaa.gov.(xvi) Any Questions Regarding This Solicitation Should Be Submitted Electronically Via Email To Isabel.vigil@noaa.gov.utilization Of Fedconnect® For Contract Administrationthe Department Of Commerce Will Utilize The Fedconnect® Web Portal In Administering This Award. The Contractor Must Be Registered In Fedconnect® And Have Access To The Fedconnect® Website Located At Https://www.fedconnect.net/fedconnect/. For Assistance In Registering Or For Other Fedconnect® Questions Please Call The Fedconnect® Help Desk At (800) 899-6665 Or Email At Support@fedconnect.net. There Is No Charge For Registration In Or Use Of Fedconnect®.(end)1352.215-72 Inquiries (apr 2010)offerors Must Submit All Questions Concerning This Solicitation In Writing Via Email To Isabel.vigil@noaa.gov. Questions Should Be Received No Later Than 2/12/2025. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract.(end Of Clause)52.237-1 Site Visit (apr 1984)offerors Or Quoters Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award.(end Of Provision)a Site Visit Is Highly Recommended But Not Required. Offerors Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. Please Contact Jeffrey Savadel (jeffrey.savadel@noaa.gov, 701-250-4224) To Set Up A Time To Visit The Site. All Questions During The Site Visit Should Be Submitted Electronically To Isabel.vigil@noaa.gov.far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services (sep 2023)notice To Offerors: Instructions For Submitting Quotations Under This Request For Quote Must Be Followed. Failure To Provide All Information To Aid In The Evaluation May Be Considered Non-responsive. Offers That Are Non-responsive May Be Excluded From Further Evaluation And Rejected Without Further Notification To The Offeror.1. Submit Pdf Or Microsoft Word Format Quotations To The Office Specified In This Solicitation At Or Before The Time Specified In The Solicitation. Quote Documents Shall Include Signed Copies Of The Sf 18 And Sf 30(s) To Acknowledge The Solicitation And Any Applicable Amendments. Email Quotes Are Required And Can Be Sent To Isabel.vigil@noaa.gov 2. Offeror Shall Have An Active Registration In The System For Award Management (sam Found At Https://sam.gov/content/home) In Order To Provide A Quote And Be Eligible For Award. Must Provide Their Ueid/cage Code With Their Quote. 3. Offerors Shall Assume That The Government Has No Prior Knowledge Of Them Or Their Capability.4. Offerors Must Provide All Evaluation Criteria In Accordance With Far 52.212-2. Offerors Who Do Not Provide All Evaluation Criteria May Not Be Considered.1. technical Approach And Capability2. past Performance, Including Submission Of Completed Past Performance Questionnaires3. price4. the Government Does Not Accept Responsibility For Non-receipt Of Quotes. It Is The Contractor’s Responsibility To Request And Receive A Confirmation Of The Quote Receipt.far 52.212-2 Evaluation- Commercial Products And Commercial Services (nov 2021) Offers Will Be Evaluated Based On Price And The Factors Set Forth In Paragraph (a). (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. Paragraph (a) Is Hereby Completed As Follows: Evaluation Will Be Based On The Following; 1. technical Acceptability/capability. Quote Shall Include At Least Two References From At Least Two Separate Contracts For Similar And Relevant Recent Services Within The Past Two Years Including The Name, Phone Number, Full Address, And E-mail Address Of The Reference To Demonstrate The Offeror’s Capability To Successfully Perform The Services Listed In The Statement Of Work. The Offeror Is Required To Fill Out Blocks 1-4 And Send The Attached Past Performance Questionnaire To The References Provided By The Offeror In Their Submission, And Email The Completed Survey Form Directly To (cs/co Email) By The Closing Date And Time Of This Solicitation. The Government Reserves The Right To Consider Past Performance Report Forms Received After The Due Date And Time Of The Solicitation, Past Performance Questionnaires Submitted From Previous Solicitations, And To Contact References For Verification Or Additional Information.the Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications Between Contracting Parties, Proactive Management And Customer Satisfaction. The Government Will Use Its Discretion To Determine The Sources Of Past Performance Information Used In The Evaluation, And The Information May Be Obtained From References Provided By The Offeror, The Agency’s Knowledge Of Offeror Performance, Other Government Agencies Or Commercial Entities, Or Past Performance Databases, And Will Be Based On Responsiveness, Quality, And Customer Services.offerors Lacking Relevant Past Performance History, Or For Whom Past Performance Information Is Either Not Available Or Has Not Been Submitted To The Government, Will Receive A Neutral Rating For Past Performance. A Good Past Performance Rating Provides Higher Confidence Than A Neutral Or Satisfactory Rating.2. pricethe Government Intends To Award A Low Priced, Technically Acceptable, Multiple Firm Fixed-price Purchase Order On An All Or None Basis With Payment Terms Of Net 30.(b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.(end Of Provision)

DEPT OF THE AIR FORCE USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Closing Date25 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Announcement Only And Serves As Market Research In Accordance With Federal Acquisition Regulation (far) Part 10. This Synopsis Is Issued Solely For Market Research And Planning Purposes. The Purpose Is To Improve The Government's Understanding Of The Current Marketplace And To Identify Capable Sources – This Is Not A Request For Proposal. This Synopsis Is Not To Be Construed As Commitment On The Part Of The Government To Award A Contract Nor Does The Government Intend To Directly Pay For Any Information Submitted As The Result Of This Synopsis. the Department Of The Air Force, Air Force Materiel Command (afmc), Air Force Life Cycle Management Center (aflcmc), Fighters & Advanced Aircraft Directorate (aflcmc/wa), F-15 System Program Office (aflcmc/waq), Wright-patterson Air Force Base (wpafb), Ohio, Is Seeking Capabilities Packages Of Potential Sources, Including Large And Small Business (sb), 8(a), Hubzone, Women-owned (wo), And Service-disabled Veteran-owned (sdvo) Small Businesses That Are Capable Of Providing The Personnel, Supervision, Items, And Services Necessary To Perform The Requirements To Support The Depot Activation And Sustainment Capability For The F-15e/ex Molecular Sieve Oxygen Generator Subsystem (msogs). Firms That Respond Shall Specify That Their Capabilities Meet Specifications Provided In The Attached Program Requirements And Provide Detailed Information To Show Clear Technical Compliance. instructions For Responses: read The F-15e/ex Msogs Depot Activation Program Requirements Attached To Determine If You Believe Your Company Has The Expertise, Capabilities, And Experience To Perform This Type Of Effort. if, After Reviewing, You Believe Your Company Can Meet The F-15e/ex Msogs Depot Activation Requirements, You May Provide Documentation That Supports Your Company’s Expertise, Capabilities, And Experience. To Do So, Provide Answers To Capabilities And Part I: Business Information In Accordance With Part Ii; Communication, All Shown Below. this Publication Is Intended To Elicit Responses From Sources With The Knowledge, Skills, Data, Equipment, Proper Facilities, And Capacity To Meet The Air Force's Requirements. The Dollar Value And Period Of Performance (pop) Will Be Commensurate To The Requirement. Contract Efforts Are Subject To Far 52.232-18 Availability Of Funds. aflcmc/waq Is Continually Surveying The Market To Identify Sources Able To Perform All Previously Mentioned Requirements. Qualified Sources Must Have The Knowledge And Capability To Perform All Stated Requirements Starting Approximately Fiscal Year 2026. If A Contractor Believes That They Have The Capability And Are Qualified To Meet The Usg’s Requirements, Please Respond To This Pre-solicitation Synopsis With The Following Information For Af Assessment: capabilities: the Capabilities Package Should Be Brief And Concise, And Clearly Describe The Capabilities Of Your Company And Nature Of The Good And/or Services You Provide, Along With Your Ability To Meet The F-15e/ex Msogs Depot Activation Requirements. The Package Should Include The Following Information: recent, Relevant Experience In Above Discussed Areas. teaming And/or Subcontracting Arrangements Should Be Clearly Delineated, And Previous Experience Teaming Must Be Provided. If Subcontractors Are To Be Used, Provide Anticipated Percentage Of Effort To Be Subcontracted And Whether Small Or Large Businesses Will Be Used. major Risks: Identify Any Major Performance, Schedule, Or Cost Risks Anticipated. a Response Offering Other Than The Requirements In The Attached Program Requirements Will Be Considered Non-responsive. The Contractor May Provide Additional Tasks Required For Successful F-15e/ex Msogs Depot Activation Not Specified With Adequate Justification In Their Response. requested Responses part I: Business Information: please Provide The Following Business Information For Your Company And For Any Teaming Or Joint Venture Partners: name Of Company contractor And Government Entity (cage) Code address point Of Contact (to Include Phone Number And Email Address) web Page Url facility And Security Clearance firms Responding To This Announcement Should Indicate Whether They Are A Large Business, Small Business, Small, Disadvantaged Business (sdb), Woman-owned Small Business (wosb), Economically Disadvantaged Women-owned Small Business (edwosb), 8(a)-certified Business, Service-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Or Historically Underutilized Business Zone Small Business (hubzone). the National American Industry Classification System (naics) Code For This Action Is 541330, Size Standard 1,000 Employees; Please Indicate Number Of Employees Relative To The Size Standard Of 1,000. All Prospective Contractors Must Be Registered In The System For Award Management (sam) Database To Be Awarded A Department Of Defense (dod) Contract. identify If Your Company Is Domestically Or Foreign Owned. If Foreign, Please Indicate The Country Of Ownership. respondents Should Also State Whether They Are Interested In Being A Prime Contractor For This Requirement Or A Subcontractor. acquisition Strategy Has Not Yet Been Determined; Market Research Results Will Assist The Af In Determining Whether This Requirement Will Be A Full And Open, Small Business Set-aside, Or Sole Source Acquisition. note: If There Is Sufficient Demonstrated Interest And Capability Among Small Business Concerns, A Key Factor In Determining If A Portion Or Portions Of An Acquisition Or The Entire Acquisition Will Be A Small Business Set Aside Is A Reasonable Expectation That Two Or More Responsible Small Business Concerns Will Submit Offers That Are Competitive In Terms Of Fair Market Prices, Quality, And Delivery. If This Effort Is Not Set Aside For Small Business, Small Business Utilization Will Be Considered. Request That Large And Small Businesses Provide A Reasonable Expectation For Small Business Utilization As A Percent Of Total Contract Value. Please Provide Supporting Rationale For The Recommended Percentage. part Ii: Communication: all Submissions Are Requested To Be Made Electronically By 4 Pm Est On 25 February 2025 And Sent To The F-15 Development System Office, Attention: Valerie.neff@us.af.mil. Please Limit The Response To The Equivalent Of 100 8.5 X 11-inch Pages With No Smaller Than 12-point Font. Only Affirmative Responses To This Notice Will Be Assessed To The Extent Necessary For The Government To Determine The Technical Capability Of The Firm To Meet The F-15e/ex Msogs Depot Activation Requirements. Submissions Must Not Exceed 4 Mb. annual Appropriations Are Anticipated As The Funding Source. Any Information Submitted By Respondents To This Synopsis Is Strictly Voluntary. This Synopsis Is For Information And Planning Purposes And Is Not To Be Construed As A Commitment By The Government Nor Will The Government Reimburse The Respondents For Any Costs Associated With Their Responses. This Synopsis Does Not Constitute A Request For Proposals (rfp), Or An Invitation For Bids (ifb), Nor Does Its Issuance Restrict The Government As To Its Ultimate Acquisition Approach. The Government Reserves The Right To Contact The Submitting Parties As Required, For Further Clarification On Material Provided. Respondents Will Not Be Notified Of The Results Of The Assessment. contracting Office Address: aflcmc/waqk f-15 Division attention: area B, Bldg 553 Rm 290 2690 Loop Road wright-patterson Afb, Ohio 45433-7424

Ministry of Justice Tender

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

MUNICIPALITY OF DOLNI LANOV Tender

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

Other Organizations Tender

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

National Institutes Of Health Tender

Others
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents 
Description: This Is A Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services, As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. Points Of Contact Listed May Be Contacted For The Purpose Of Verifying Performance. the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Business Sources; (2) Whether The Businesses Are Sba Certified Hubzone Small Businesses; Sba Certified 8(a) Small Businesses; Service- Disabled Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Large Business And (3) The Respective Businesses Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition. Your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. the Office Of Research Facilities (orf), The National Institutes Of Health (nih) Is Seeking Capabilities From All Categories Of Businesses For The Purpose Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals For A New Requirement For An Indefinite Delivery Indefinite Quantity (idiq) Architect-engineer (ae) Multiple Award Task Order Contract (matoc) And A Blanket Purchase Agreement (bpa). the Ae Matoc Contract Has An Anticipated Composite Value Of $400m. The Applicable North American Industry Classification System (naics) Code Is 541330 (engineering Services) And The Small Business Size Is $25.5 Million. Nih Anticipates Awarding Multiple Contracts Under The Ae Matoc For The Future Professional Architect Engineering (ae) Services, As Well As Multiple Award Blanket Purchase Agreements For Other Professional Services Of An Architectural Or Engineering Nature Or Service Incidental There To (including Studies, Investigations, Surveying And Mapping, Tests, Evaluations, Consultations, Comprehensive Planning, Program Management, Conceptual Designs, Plans And Specifications,value Engineering,constructionphase Services, Soils Engineering, Drawing Reviews, Preparation Of Operating And Maintenance Manuals And Other Related Services) That Logically Or Justifiably Require Performance By Registered Architects Or Engineers Or Their Employees. All Services Will Be Procured In Accordance With The Brooks A/e Act (public Law 92-582, As Implemented In Federal Acquisition Regulation (far) Part 36.6). All Capable Small Business Contractors Are Highly Encouraged To Respond To This Announcement, So That Nih Can Properly Evaluate Your Capabilities To Properly Develop Our Requirements. the Bpas Have An Estimated Composite Value Of $100m. The Applicable North American Industry Classification System (naics) Code Is 541330 (engineering Services) And The Small Business Size Is $25.5 Million. Nih Anticipates Awarding Multiple Contracts Under The Bpas For Future Other Professional Services Of An Architectural Or Engineering Nature. Services Will Be Procured In Accordance With The Brooks A/e Act (public Law 92-582, As Implemented In Federal Acquisition Regulation (far) Part 36.6). All Capable Business Contractors Are Highly Encouraged To Respond To This Announcement, So That Nih Can Properly Evaluate Your Capabilities To Properly Develop Our Requirements. background: As Part Of The U.s. Public Health Service Under The Department Of Health And Human Services, Nih Is The Federal Government's Primary Biomedical Research Agency. The Nih Office Of Research Facilities (orf) Is The Steward Of Nih Facilities And Is Responsible For The Planning, Design, Construction, Acquisition, Maintenance, And Operation Of Nih Owned Facilities, Which Includes: 1) Nih Main Campus, Bethesda, Maryland 2) Nih Animal Center, Poolesville, Maryland 3) Fort Detrick Campus, Frederick, Maryland 4) Research Triangle Park, North Carolina 5) Rocky Mountain Laboratories (rml), Hamilton, Montana 6) Epidemiology & Clinical Research Branch, Phoenix, Arizona 7) Bayview Campus, Baltimore, Maryland 8) Rental Facilities Maintained By Nih description Of The Requirement: The Nih Anticipates Awarding Multiple Aematoc Awards Under A Single Solicitation Utilizing A Task Order Mechanism. Each Idiq Will Be Awarded For A Five (5) Year Performance Period With A Cumulative Maximum Not-to-exceed Dollar Amount Of $400m. the Nih Also Anticipates Awarding Multiple Bpas Under A Single Solicitation Utilizing A Call Order Mechanism. Each Bpa Will Be Awarded For A Five (5) Year Performance Period With An Estimated Dollar Amount Of $100m. the Nih Seeks Highly Qualified Credentialed Contractors With Capability To Perform The Ae Matoc And/or Bpas, Which Will Include Various Simultaneous Task Orders And/or Calls. The Selected Contractors Shall Exhibit Demonstrated Experience, Capability And Resources Enabling Them To Provide Specialized A/e Services, Commissioning Support Services, Cqm Services, And Other A/e Related Services Critical To Orf’s Success In Planning, Alteration, Renovation, And New Construction Of Nih Facilities And Associated Infrastructure For Projects Of Similar Size And Complexity With Comparable Clients, And Most Significantly With A Proven Track Record Of Performing Such Projects With A High Degree Of Customer Satisfaction. contractors Responding To This Notice To Perform The Contract As Small Business Joint Venture Shall Use The Procedure Described At The Small Business Administration (sba) Web Site. The Sba Url Is: Https://www.sba.gov/federal-contracting/contracting-assistance-programs/joint-ventures. Responding Contractors Shall Have Current Information With The System For Award Management (sam), At Www.sam.gov, And Must Not Be Excluded From Government Contract Award At The Time Of Submission. projects May Include, But Are Not Limited To The Following Areas: animal Care Facilities – To Include, But Not Limited To, Facilities For Housing, Care, And Use Of Animals In Experimental Testing, Research, And Training As Related To Biomedical Research. Animals Used At Nih For Research Include But Are Not Limited To Mammals Of All Sizes, Including Primates, And Aquatic Animals. biomedical Research Laboratory / Laboratory Facilities – To Include, But Not Limited To, General And Specialized Biomedical And Animal Research Laboratories, Laboratory Support Spaces, Laser Laboratory, And Electron Microscopes. Projects Related To Lab Facilities In This Contract Will Include General And Bio-safety Levels (bsl) -2, -3, And -4. health Care Facilities Or Hospitals – To Include, But Not Limited To, Patient Care Units, Outpatient Clinics, Intensive Care Units, Surgical Suites With Catheterization Laboratory, Radiology, Nuclear Medicine, And Mri Suites, Pharmacy, Rehabilitation, Transfusion Medicine, Cyclotron, Radiation Oncology, Medical Gas Services, Pediatrics, And Hospital Support Services. office / Public Space Facilities – To Include, But Not Limited To, Offices, Sensitive Compartmented Information Facilities (scif), Training Facilities, Conference Facilities (including Natcher Conference Center), Libraries (including The National Library Of Medicine), Child Development Centers, Residences And Lodging, Commercial Shops And Food Services, Wellness Centers And Gyms, Recreational Facilities, Facilities For Ancillary Services Such As Fire And Police, Parking Structures, And Exterior Improvements Such As Roadways, Sidewalks, And Landscaping. interior And Exterior Utility Infrastructure And Utility Generation Distribution Systems - The A/e Services Include The Design Of Interior & Exterior Utility Infrastructure And Systems For Office / Public Facilities; Animal Care Facilities; Bio-medical Research Laboratories; Healthcare /hospital Facilities; And General-purpose Facilities Such As Parking Structures And Warehouses. The Utility Interior & Exterior Infrastructure And Generation & Distribution Systems Include, But Are Not Limited, To The Following: mechanical, Electrical, And Plumbing Systems. high Voltage Electrical central Utility Plant (cup) hvac Systems To Include Specialized Filtering Requirements, Supply And Exhaust Systems And Associated Controls. steam/condensate, High Temperature Hot Water, Heating Hot Water, Chilled Water, Lab Water, High Purity Water, And Potable Water Systems. compressed Air, Medical Gas, Lab Vacuum, And Material Gas Systems. central Co2 Systems. central Liquid Nitrogen Systems. fuel Oil Systems. storm Water And Sanitary Sewer Distribution Systems. wastewater Treatment Systems. electrical Substations. landscaping Irrigation Systems. commissioning commissioning, Qualification, And Validation (cqv) historical geotechnical elevator physical Security interior / Exterior Lighting telecommunications building Envelope roofing building Model Information (bim) net Zero Emissions this Idiq Shall Support Projects In Maryland, North Carolina, And The Montana Locations. maryland Facilities Include: nih Main Campus, Bethesda, Md nih Animal Center, Poolesville, Md fort Detrick Campus, Frederick, Md bayview Campus, Baltimore, Maryland rental / Leased Facilities Maintained By Nih it Is Anticipated That A Majority Of The Facilities Under This Idiq Will Be Located On The Nih Main Campus, Bethesda, Md, Followed By The Other Surrounding Areas. Therefore, The A/e Shall Maintain An Office Within Fifty (50) Miles Of The Baltimore - Washington, Dc Metropolitan Area For The Duration Of The Idiq Contract. research Triangle Park, North Carolina for Projects In North Carolina, The A/e Shall Plan To Maintain Local Presence Within Fifty (50) Miles Of The Nih Research Triangle Park Campus For The Duration Of The Project. rocky Mountain Laboratories (rml), Hamilton, Montana for Projects In Montana, The A/e Shall Plan To Maintain Local Presence Within One Hundred (100) Miles Of The Rocky Mountain Labs Campus For The Duration Of The Project. architect / Engineer Services the A/e Shall Furnish All Labor, Management, Investigations, Studies, Travel, Supplies, Equipment, And Materials To Perform The Required Services. The A/e Is Responsible For Determining What Disciplines And Skill Sets Are Required For Accomplishing The Work And Form A Team Accordingly. in General, Pre-design And Design Phase Services Will Include, But Not Limited To: field / Site Investigations, Inclusive Of Pre-tab Investigations planning And Coordination Drawings building Information Modeling (bim) (only If Applicable To The Task Order) sustainable Design program Of Requirements (pors) special Studies schematic Design design Development construction Documents (65%) construction Documents (95%) construction Documents (100%) rendered Perspectives Of Proposed Building Construction And Substantial Site Development construction Cost Estimate(s) construction Baseline Schedule geotechnical Investigations preparation Of Reports the A/e May Be Required To Provide Construction Phase And Other Services Including, But Not Limited To: construction Bidding And Negotiation Support construction Inspections / Site Representation construction Progress Meetings requests For Information (rfis) construction Submittal Reviews change Order Reviews / Support punch Lists inspection Of Stored Items construction Close-out Support Including As-builts; Record Documents; Non-compliance Notices; Operation And Maintenance (o&m) Manuals; Warranties; Product And Equipment Demonstrations And Training. a/e Record Documents commissioning Support Services commissioning Support Services (cx) Shall Perform, But Not Limited To, The Following Tasks: review Specifications And Drawings review Submittals develop Commissioning Scripts review O & M Manuals witness Testing Of Electrical And Mechanical Systems construction Quality Management (cqm) general Project Management - To Include, But Not Limited To, Provide Administration And Management Services To Assist The Contracting Officer’s Representative (cor) In The General Day-to-day Administration Of The Overall Project. project Governance preparation And Maintenance Of A Project Management Plan (pmp) assist In The Implementation Of The Project Governance Structure reviews And Document Management monthly Reports requests For Information (rfi) submittals financial Management budget/cost Control Monitoring And Management invoices / Application For Payment Review change Order Control Process And Management estimating Services scheduling Support – Regularly Review, Analyze, And Monitor The Dbb/dbcs Performance Schedule(s), Including, But Not Limited, To The Preliminary/baseline Schedule, Critical Path Method (cpm) Construction Schedules, And Fragnets, As Required. quality Construction Management, Reviews And Administration Assistance - Shall Include Inspections, Verifications, Details Audits And Evaluations Of Materials And Workmanship Necessary To Determine And Document The Quality Of Construction. The Cqm Contractor Shall Use Its Expertise And Knowledge Of Construction Practices, Means And Methods To Execute An Effective Quality Assurance Program. potential Sources Shall Complete And Submit The Attached Forms: sources Sought - Contractor Information Form 1.1 Complete The Sources Sought – Contractor Information Form if Applicable, Interested 8(a) Small Business Firms Shall State Their Current 8(a) Certification Data With The Small Business Administration if Applicable, Interested Hubzone Small Business Firms Responding Must Provide Proof Of Their Hubzone Certification Status. certificate Of Insurance 1.2 Interested Firms May Include A Capability Statement As An Attachment To The Sources Sought – Contractor Information Form. Capability Statement Shall Be No Longer Than Ten (10) Pages. Potential Sources’ Experience Shall Demonstrate And Document The Following The Capability Statement: naics Code(s) evidence Of The Ability To Work In Occupied Space. evidence Of The Ability To Work On Multiple Projects Simultaneously. evidence Of The Ability To Perform The Work Described In The Sources Sought – Project Data Form Section Below. self-performance Capability (contractor Shall Self-perform At Least 15% Of Each Task Order). building Information Modeling (bim) Capability. leed Capabilities. 2. Sources Sought – Project Data Form 2.1 Complete The Sources Sought – Project Data Form For No More Than Five (5) Example Projects Performed Within The Last Five (5) Years, Or In Progress, Which Best Demonstrates Your Firm’s Specialized Experience Providing A/e Services On Projects Of Similar Type, Size, And Complexity To The Nih Requirement, As Defined Below. Each Completed Sources Sought – Project Data Form Shall Not Exceed Three (3) Pages And Shall Contain At A Minimum The Following Types Of Project Experience: one (1) Utility Infrastructure / Utility Generation /distribution System Projects one (1) Biomedical Research Lab; And one (1) Healthcare / Hospital Project. [note - An Indefinite Delivery Indefinite Quantity (idiq) With Multiple Task Orders Is Not Considered A Project. Each Individual Task Order Executed Under An Idiq Contract Is Considered A Project.] 2.2 Project Experience Requirements: type - Specialization Category/facility Types Such As: interior & Exterior Utility Infrastructure And Utility Generation & Distribution Systems biomedical Research Laboratory Facilities health Care Facilities office/public Space Facilities animal Care Facilities 2. Complexity - Special Design/construction Considerations Such As: physical Security Requirements adjacencies To Occupied Space(s) Restrictions/ Limitations limited Access Restrictions vibration / Noise Limitations joint Commission (for Hospitals) Requirements (i.e. Special / Interim Life Safety Measures, Construction Risk Assessments) implementing Guiding Principles For Sustainable Federal Buildings And Leadership In Energy And Environmental Design (leed) Criteria special Mep Features - I.e. Designed For Infectious Or Immune Compromised Areas Within A Hospital Space. historic Preservation Requirements storm Water Management And Erosion & Sedimentation Control use Of Building Information Modeling (bim) net Zero Emission Requirements for All Patient Care Support Spaces: Compliance With The Facilities Guidelines Institute (fgi) For Healthcare Projects And Most Current Healthcare Facility “statement Of Conditions” (sco). nih Design Requirements Manual (drm) 3. Size - Contractors Shall Have The Experience, Capability, And Resources Necessary To Perform Simultaneous/concurrent Projects Of Varying Size (between $25,000 To $20,000,000) And Complexity, As Described Above. all Qualified Interested Firms Are Requested To Submit An Electronic Copy Of Their Completed Letter Of Interest, Qualification Statement, And Capability Statement (in One Combined Pdf Format), Via Email, To The Contracting Officers, Ms. Magan Miller At: Magan.miller@nih.gov And Ms. Ana Marie Pagulayan At: Anamarie.pagulayan@nih.gov. The Submission Shall Be Received On Or Before By 12:00 Noon, Est On Friday, January 24, 2025. The Email Subject Line Shall Read: Sources Sought 2025 Matoc Qualification Statement For Architect / Engineer Services. Inquiries Shall Be Submitted Via E-mail To Magan Miller At: Magan.miller@nih.gov And Ana Marie Pagulayan At: Anamarie.pagulayan@nih.gov. Electronic Mail Inquiries And Submissions Will Only Be Accepted.
7401-7410 of 7494 archived Tenders