Survey Tenders
Survey Tenders
DEPARTMENT OF MIGRANT WORKERS DAVAO CITY, DAVAO DEL SUR Tender
Others
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 572.1 K (USD 9.7 K)
Details: Description Re Quest For Price Quotation Date: 23 January 2025 Rfq No: 001-2025 Company/business Name: Address: Business/mayor’s Permit No. Tin No. Philgeps Registration No.: The Department Of Migrant Workers (dmw) Ro Xi, Through Its Bids And Awards Committee (bac), Intends To Procure The Security Service For Dmw Ro Xi For Cy 2025 Through Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein Addressed To: Atty. Persis Niña M. Mula-enriquez Chairperson, Bids And Awards Committee 3/f Nccc Buhangin, Km. 7 Tigatto Rd., Buhangin, Davao City Contact No. 09310298009 E-mail Address: Davao@dmw.gov.ph Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By Your Authorized Representative Not Later Than 28 January 2025 At 11:00 Am. The Following Documents Are Also Required To Be Submitted Along With Your Quotation On The Specified Above Or Before A Notice Of Award Is Submitted: Documents Remarks 2025 Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired 2024 Mayor’s Or Business Permit With The Official Receipt Of The Renewal Application. However, A Copy Of Your 2025 Mayor’s Or Business Permit Shall Be Required To Be Submitted Before The Award Of The Contract. Philgeps Registration Number For Procurement Requiring A Mayor’s Permit And Philgeps Registration Number, A Certificate Of Platinum Membership May Be Submitted In Lieu Of The Said Documents. Latest Income/business Tax Return Required For Abc Above P500k. Omnibus Sworn Statement Required For Abc Above P50k. If Unable To Have The Document Notarized, You May Submit A Signed Unnotarized Omnibus Sworn Statement (in The Prescribed Template), Subject To Compliance Therewith Before The Award Of The Contract. For Any Clarification, You May Contact Us At The Telephone Number Or Email Address Provided. Valid License To Operate From Supervisory Office For Security And Investigation Agency (sosia); Valid Philippine Association Of Detective And Protective Agency Operators (padpao) Certificate; And For Any Clarification, You May Contact Us At The Telephone Number Or Email Address Provided. Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. 1. Do Not Alter The Contents Of This Form In Any Way. 2. The Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. In Case Of Any Changes, Bidders Must Use Or Refer To The Latest Version Of The Rfq, Except When The Latest Version Of The Rfq Only Pertains To Deadline Extension. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. In Case A Prospective Supplier/service Provider Submits A Filled-out Rfq With A Supporting Document (i.e., A Price Quotation In A Different Format), Both Documents Shall Be Considered Unless There Will Be Discrepancies. In This Case, Provisions In The Rfq Shall Prevail. 3. All Mandatory Technical Specifications (with Asterisk) Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/ Disqualified. 4. Quotations May Be Submitted Through Electronic Mail At Davao@dmw.gov.ph. Compressed Password-protected Price Quotations, In Case Of Electronic Submission, Shall Be Sent At Davao@dmw.gov.ph With The Corresponding Password. 5. Quotations Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. 6. Do Not Leave Any Blank Items. Indicate “0” If The Item Being Offered Is For Free. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotation/s Must Be Valid For A Period Of Sixty (60) Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/ Lowest Calculated And Responsive Quotation, The Dmw Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With The Gppb Circular 06-2005. 7. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. Item/s Delivered Shall Be Inspected On The Scheduled Date And Time Of The Dmw. The Delivery Of The Item/s Shall Be Acknowledged Upon Delivery To Confirm Compliance With The Technical Specifications. 10. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. 11. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered, Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Dmw May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. After Having Carefully And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Security Services For Dmw Ro Xi For Cy 2025 Technical Specifications Yes No Remarks Manpower Requirement 1. The Department Of Migrant Workers (dmw) Is In Need Of Security Services For Cy 2025, To Maintain Safety, Peace And Order Inside The Building And Around The Dmw’s Premises; As Well As Protect Its Officials, Employees, Visitors And Guests From Assault, Harassment, Threat And/or Intimidation And Other Criminal Acts; Guard And Protect Its Property From Theft, Arson, Pilferage, Trespass, Robbery, Destruction Or Damage And Other Unlawful Acts By Strangers Or Employees. 2. The Prospective Bidder Must Be An Active Member Of The Philippine Association Of Detective And Protective Agency Operators (padpao), Inc. For At Least Five (5) Years, With Good Standing And Duly Accredited With The Philippine-government Electronic Procurement System (phil-geps) Of The Department Of Budget And Management (dbm). 3. The Prospective Bidder Must Have Completed And/or Has An Ongoing Similar Contract. 4. The Prospective Bidder Shall Comply And Submit The Required Eligibility Requirements Per Ra 9184 And Dmw Bids And Awards Committee (bac). 5. The Security Agency Must Have A Branch Office In Davao City To Provide The Following: Location No. Of Security Guards Davao City 2 Sg (7:00 Am To 7:00 Pm) A Total Of Two (2) Qualified And Competent Uniformed, Armed, And Bonded Security Guards In Accordance With Ra 5487, Private Security Agency Law As Amended And As Well As Other Related Laws And Regulations. The Security Personnel Shall Render Service Five (5) Days A Week. Upon The Exigency Of The Service Or Need Of The Security Personnel Posted, The Guard Shall Extend Duty Hours And Shall Be Entitled To Overtime Pay. The Agency Shall Submit A Weekly Deployment Schedule Of Guards And Daily Actual Deployment Report. Subject To Approval Of The Official Where They Are Assigned. 6. For This Purpose, The Security Agency Shall Provide Dmw A Security Plan And Complete List Of The Names Of The Security Guards And Their Supervisors, Together With The Necessary Firearms And Ammunitions To The Guards Assigned To The Dmw As Well As Communications And Transportation Equipment, Health Paraphernalia Such As Face Shield And Face Mask For The Guard And Other Security Equipment Services And Shall See To It That When On Duty, They Are In Prescribed Uniform With Complete Accoutrements (see Item 12 (ii-5); Completeness Of Uniform And Paraphernalia). Likewise, Their Respective Dates Of Hiring Together With Their Respective Bio-data Duly Subscribed And Sworn To. In Case Of Any Change In The Roster Of Security Guards Including Their Supervisor Assigned To The Dmw, The Agency Shall Immediately Inform The Dmw And Shall Submit The Aforecited Data. 7. The Security Agency Shall Ensure That The Guards To Be Deployed Must Present Medical Certificate And Nbi Clearance. 8. The Supervisor Of The Security Guards Shall Initiate And Implement, With The Concurrence Of The Dmw, Other Security Measures, Aside From The Approved Security Plan, To Further Improve And Maintain Effective And Efficient Security Service For The Dmw. Any Member Of The Security Force Deployed By The Security Agency May Be Replaced Or Rotated Upon The Recommendation Of The Dmw. 9. It Is Expressly Understood And Agreed That The Security Agency Is Not An Agency Or Employee Of The Dmw And The Personnel To Be Assigned By The Security Agency To The Dmw Are In No Case Employee To The Latter As They, For All Intents And Purpose, Are Under Contract With The Security Agency. Accordingly, The Dmw Shall Not Be Responsible For Any And All Claims For Personnel Injury Or Damage, Including Death Arising Out Or, Or On The Course Of, The Lawful Performances Of The Regular And Official Function Of The Said Security Personnel. 10. The Security Agency Shall Exercise Discipline, Supervision, Control And Administration Over Its Guards In Accordance With Law, Ordinances And Permanent Governmental Rules And Regulations As Well As The Rules And Policies Prescribed By The Dmw On The Matter. Schedule Of Requirements: Post Area Of No. Of Hour Day No. Responsibility Guards Coverage 1 Dmw Regional 2 7:00 Am To Mon- Office Xi 7:00 Pm Fri Within The Duration Of The Contract The Security Service Contractor (ssc)/private Security Agency (psa) Shall Provide The Minimum Requirement Of Equipment But Not Limited To The Following: Quantity Unit Description 2 Units Side Arms 2 Units Night Sticks (batons) & Whistle 2 Units Handheld Radio With Headset 2 Pcs Spare Battery Of Handheld Radio 2 Units Handheld Metal Detector I. Scope Of Services The Security Agency Shall Provide And Deploy Sufficient Number Of Efficient, Well Trained, Experienced And Trustworthy Personnel For Security Services Daily, For The Year 2025 Per Labor Advisory No. 15, Series Of 2018 Under The Herein Schedule Of Deployments And Work Shift. The Agency Shall Provide The Supplies And Equipments As Stated In Item No. 10 - Schedule Of Requirements. Ii. Performance Criteria 1. The Security Agency Must Have Deployed At Least 10 Guards With Its Previous Contract With Other Government Agency. 2. The Security Agency Must Be Of Good Standing And Should Not Have Pending Cases With Other Agencies, Department Of Labor (dole), National Labor Relations Commission (nlrc), Other Government/private Agency And Judicial Courts. Any Pending Case By The Agency That In The Discretion Of Dmw May Be Detrimental And / Or Disadvantageous To The Administration May Be A Ground For Outright Denial And/or Disqualification By Security Agency From Further Participating In The Procurement Activity To Be Conducted By Dmw. Iii. Additional Set Of Technical Evaluation Parameters 1. Stability A) Years Of Experience – At Least 5 Years In Business B) Liquidity Of The Contractor – At Least 5 Million (current Assets Minus Stocks Minus Current Liabilities Based On Balance Sheet As Of December 31, 2022) C) Organizational Set-up – With Good Office Set-up, Personnel And Office Tools And Equipment. (submit Organizational Structure And List Of Officers) 2. Resources A) Number Of Licensed Firearms B) Number And Kind Of Communication Devices C) Number And Kind Of Motor Powered Vehicles Number And Kind Of Equipment And Supplies – With The Minimum Number And Kind Of Equipment And Supplies As Specified In Item No. 10 - Schedule Of Requirements D) Number Of Guards – With At Least 50 Security Guards 3. Security Plan General Security Protocol A) The Security Agency Shall Provide The Dmw With Twelve (12) Hour Security Service Based On The Schedule Of Requirements: Deployment Schedule. B) The Security Agency Shall Maintain A Pool Of Security Guards And Promptly Provide Relievers/replacements In Case Of Absences Of Any Of The Assigned Security Officer Or Guard In Order To Insure Continuous And Uninterrupted Security Service. The Head Of Office Shall Promptly Be Informed Of The Contingency Arrangements By The Security Agency In Cases Of Absences And/or Necessary Replacements Of Their Security Personnel Assigned To Dmw. A Security Guard Shall In No Case, Act As A Reliever After His Tour Of Duty. C) The Security Guard On Duty Shall Be Responsible For Closely Monitoring And Recording Of Movement Of All Office Materials, Supplies And Personnel Within The Assigned Area Of Responsibility. Whenever Equipment Is Brought Out Of The Building, The Security Guard On Duty Shall Demand A Gatepass Duly Signed By The Head Of The Office. D) The Security Guard On Duty Shall Be Responsible For The Proper Screening Of Visitors And Guest Observing The Proper Decorum In A Very Courteous And Polite Manner. The Security Guard Shall Require Visitors And Guests To Register In The Visitor’s Logbook, Issue A Visitor’s Pass, If Applicable, And Check For Any Firearms Or Deadly Weapons That They May Deposit For Safekeeping And Issued With The Appropriate Acknowledgement Receipt. E) The Security Guard On Duty Shall Be Duly Authorized To Inspect Bags And Packages And Search Individuals, Including Employees When Necessary. 4. Disaster Management Plan A) Fire B) Earthquake C) Flood D) Bomb Threat 5. Recruitment And Selection Criteria A) The Security Agency Shall Ensure That The Security Guards Are Properly Screened, Declared Physically And Mentally Fit And Undergone On-the-job-training Before They Are Allowed To Report To Their Assigned Posts. Security Guards Shall In No Instance Be In The Influence Of Liquor/alcohol Or Any Prohibited Drugs While On Duty. Upon The Instance When Dmw Through Its Head Of Office Found Any Security Guard To Be Under The Influence Of Liquor Or Any Prohibited Drugs, The Security Agency Shall Immediately Replace The Said Security Guard. B) All Security Guards To Be Assigned By The Security Agency To Dmw Must Possess The Following Minimum And Basic Qualifications: B.1) Filipino Citizen; B.2) 21 Years Old But Not More Than 45* Years Of Age; Preferably At Least 2nd Year College Of Sound And Alert Mind And Physically Fit For Security Duties; *more Than 45 Years Old Are Subject To Approval Of Dmw B.3) At Least 5 Feet In Height Of Medium Built; B.4) Duly Licensed And Must Have Passed The Physical And Neuro-psychiatric Examination And Drug Test Required By The Pnp And Cleared By The Pnp, Nbi And Other Concerned Government Officers; B.5) Must Be A Holder Of Certificate Of Training For Security Guards Issued By Recognized Police Agency And Such Other Requirements Under R.a. 5478, As Amended; B.6) If Those With Military Background, Must Submit Honorable Discharge Papers; And B.7) Of Good Moral Character C) The Security Agency Shall Conduct Seminars At Least Once Every Quarter To Further Train Its Security Guards On Emergency Response, Public Relations, Courtesy, Discipline, First Aid, Report Writing, Crisis Management, Proper Use And Maintenance Of Firearms, Laws On Arrest, Seizure, Searchers, Evidence, Strikes, Crime Against Persons And Property, And Other Related Topics; D) All Security Guards Shall Be Screened By The Head Of Office Before Their Acceptance. The Following Should Be Submitted For Evaluation Of The Head Of Office: D.1) Transcript Of Records Showing Compliance To Education Requirements; D.2) Medical Certificate Attested Within Two (2) Weeks Prior To Assignment To The Dmw, Showing The Physical And Mental Fitness, Height And Weight Of The Candidate; D.3) Certificate Of Live Birth Of The Candidate Showing Exact Date Of Birth On Record; D.4) Nbi Clearance D.5) Current/unexpired Security Guard License Issued By The Pnp. D.6) Certificate Of Training D.7) Recent 2x2 Picture D.8) Sss Membership D.9) Drug Test Certification D.10) Police And Barangay Clearances Showing That The Candidate Is A Citizen Of Good Moral Character In The Community. E) After Evaluation Of The Submitted Documentary Requirements And Acceptance Of Security Personnel, The Security Agency Shall Submit To The Head Of Office The Duty Detail Order Of The Accepted Security Personnel To Be Deployed To Dmw Ro Xi F) The Number Of Security Guards May Be Subsequently Increased Or Decreased As May Be Determined By Dmw Depending Upon The Circumstances; 6. Completeness Of Uniform And Paraphernalia I. The Security, Shall At All Times During The Tour Of Duty, Assign To Dmw Uniformed And Adequately Trained Security Personnel With Duly Licensed Firearms And Ammunitions With Adequate Licenses And Permits From Appropriate Government Agencies And Fully Equipped With Supplies Necessary For The Successful Implementation Of Their Duties. Ii. The Security Agency Shall Provide All Security Guards And Security Officers With Clean And Presentable Uniforms, Nametags/id, Raincoats, Batons At Its Own Cost And Other Necessary Tools Such As But Not Limited To Metal Detectors, Weapons And Ammunitions Needed. Iv. Other Duties Of Security Agency 1. The Security Agency Shall Be Under The Direct Control And Supervision Of The Dmw Head In So Far As The Security Requirements And Concerns Of The Latter. 2. The Security Agency Shall Accordingly Coordinate With Head Of Office To Conduct A Survey Of The Areas Of The Security Plan Based On Their Requirements. The Agency Shall Submit A Security Plan Based On Their Survey As Part Of Their Documentary Submissions. The Security Agency Shall Strategically Position Their Guards In Accordance With The Security Plan Save In Those Instances When There Is A Duly Authorized Special Security Arrangement With The Chief Of Office Concerned Or The Building Administration Office, As Cleared And Duly Coordinated With Administrative Unit. 3. The Security Agency Shall Immediately Replace Any Security Guard Or Officer/personnel Who May Be Found To Be Undesirable And/or Incompetent, Involve With Immoral And Illegal Activities By The Dmw Through Administrative Unit Or Head Of The Office) Upon Receipt And Verification Of Any Complaint Report Or Request. 4. The Security Agency Shall Visit The Client Or Its Representative Regularly For A Meeting At Least Twice A Month Concerning Security Operations And Other Concerns Of The Detachment; 5. The Security Guards Shall Undergo A Quarterly Drug Test At The Expense Of The Security Agency; Submit Test Results As Proof Of Compliance; If Found Positive, The Security Agency Shall Notify Dmw In Writing And Provide Replacement. 6. The Head Of The Office Jointly Or By Themselves, Shall Have The Right To Randomly Inspect The Security Guards In Their Posts To Determine Compliance On The Physical Condition Of The Security Guard On Duty, With Emphasis On Checking Whether The Guard Is Under The Influence Of Liquor And Other Intoxicating Experience Or Prohibited Substances. Reports Of Security Guards Under The Influence Of Liquor Or Other Prohibited Substances Shall Be Ground For Suspension Or Debarment Of Such Person Or If Warranted, The Pre-termination Of The Contract With Security Agency With The Dmw Without Prejudice To Any “blacklisting” Proceedings That May Be Initiated By Dmw Against The Security Agency. 7. The Security Agency Shall Be Directly Liable For The Loss, Due To Negligence Of The Assigned Security Guards Of Any Properties Of The Dmw. 8. It Is Mutually Agreed Between The Parties That The Retirement Benefits Due To The Guards Shall Exclusively Be Borne By The Security Agency Accordingly. V. Other Terms And Conditions That Will Be Included In The Contract 1. The Dmw Shall Deduct The Cost Of Maintaining The Post For The Day/shift If The Assigned Guard Is Under The Influence Of Liquor Or Prohibited Drugs Were Learned, Even If Replacement/reliever Has Been Provided; 2. Any Case Regardless Of The Nature Thereof By The Security Agency Against Dmw, Its Officers And / Or Any Of Its Personnel, That In The Discretion Of Dmw May Be Detrimental And / Or Disadvantageous To The Administration Shall Be A Ground For Outright Denial And / Or Disqualification By The Security Agency From Further Participating In The Procurement Activity To Be Conducted By Dmw. 3. The Security Agency With Pending Case Or Have Filed A Case Against Dmw Is Not Allowed To Participate In The Bidding. Vi. Payment Of Security Services Rendered 1. Payments For Services Rendered In Accordance With The Contract Shall Be Made By The Administration With The Security Agency On A Twice A Month Or Monthly Basis As The Case Maybe, Subject To The Withholding Of Any Lawful Charges And Subject Further To The Presentation By The Ssc/psa Of A Certification Of Compliance With All Existing Social And Labor Laws: The Wages (minimum Wage, 13th Month Pay, Service Incentive Leave With Pay) Have Been Paid And That All Remittances Due To The Government (retirement Benefit (ra 7641)/ Sss/ Philhealth/ Insurance Fund/ Pag-big/ Ecc Premium Contributions And Other Mandatory Benefits.) Are Made As Required Under Existing Government Auditing Rules And Regulation. The Department Reserves The Right To Inspect The Payroll Of The Security Agency In Order To Verify That The Wages Have Been Paid. Any Violation Shall Be Sufficient Ground For The Termination Of The Contract Without Prejudice To The Liability Of The Ssc/psa. 2. Claims For Payment By The Security Agency Must Be Supported By A Copy Of All Remittances Due To Sss, Pag- Ibig And Philhealth. The Security Agency Is Also Required To Submit Rf-1 (philhealth), R-3 (sss) And Hdmf Remittance Lists For Pag-ibig And Other Deductions/contributions Authorized By Law. 3. Payment Shall Be Made Within Fifteen (15) Working Days Upon Complete Submission Of The Following Documents: A) Dtrs Of All Security Guards Signed By The Duly Authorized Officer; B) Proof Of Preceding Month Remittances To Sss, Philhealth And Pag-ibig Together With The Transmittal Sheet With Stamped Received By The Said Agencies I.e. Sss, Philhealth, Pag-ibig, And Other Documents As May Be Required; And C) Invoice Of Billing Or Statement Of Account For The Period Covered. 4. All Taxes Payable To The Government Shall Be Borne By The Security Agency. 5. In Case Of Increase In Wages Rates Due To Enactment Of New Laws, The Security Agency May Seek Adjustment In Writing, Subject To The Approval Of The Authorities Concerned. 6. The Security Agency Shall Guarantee Payment To The Dmw, For Any Loss Of Or Damage To Its Property Provided That The Same Occurred Within The Jurisdiction Of The Security Agency And It Was Duly Established After Due Investigation That Said Loss Or Damaged Was The Result Principally Of The Act, Omission, Negligence Of Fault Of The Security Agency Or Its Security Personnel. Provided, Further That Such Loss, Pilferage, Or Damage On The Properties Involved Is Reported In Writing To The Security Agency Within Three (3) Working Days From The Occurrence Or Discovery Thereof. When Such Loss Or Damage Is Caused By Force Majeure Or Fortuitous Events, The Security Agency Shall Not In Any Way Be Held Responsible. In The Event The Security Agency Is Made To Pay For Such Loss Or Damage, It Shall Be Subrogated To The Rights Of The Client Against The Party Or Parties Responsible For Such Loss Or Damage. The Security Agency Performance Security Shall Be Liable For The Damages Or Losses That May Arise Directly Or Indirectly Attributable To The Negligence Or Misbehavior Or Direct Participation Of The Security Guard Assigned By The Security Agency. In Case The Bond Is Not Sufficient To Cover Such Losses Or Damages, The Security Agency Will Have To Pay The Balance Directly To The Dmw. Vii. Termination Of Contract 1. The Security Agency Shall Assume Full Responsibility For Any Claim For Any Compensation On Injuries From Accidents In Connection With Performance Of The Duties Of Security Guards And Shall Free The Dmw For Any Legal Suit In Connection Therewith. 2. Any Provision, Converts And Stipulations In The Contract Which May Be Contrary To Law, Morals, Good Customs, Public Order Or Public Policy Shall Be Void An Initio And Deemed Not To Have Been Written And In Their Instead, The General Provisions Of Law Shall Apply. 3. In Case Of Any Violations Of The Stipulations And Covenants Of The Contract, The Security Agency Agrees To Allow The Dmw To Automatically Rescind And/or Terminate The Same Without Notice To The Security Agency, And That The Dmw Shall Be Entitled For Damages Sustained. The Dmw Has The Right To Unilaterally Award Or Renegotiate The Unfinished Services/unexpired Portion Of The Contract To Another Security Agency. 4. Any And All Disputes Arising From The Implementation Of A Contract Shall Be Submitted To Arbitration In The Philippines According To The Provisions Of Republic Act No. 876, Otherwise Known As The Arbitration Law; Provided, That By Mutual Consent, The Parties May Agree In Writing To Resort To Alternative Models Of Dispute Resolution. 5. The Parties Hereunto Agree That Any Or All Actions Arising From The Contract Shall Be Filed In The City Of Davao. Viii. Assessment Or Evaluation Of The Performance Of The Service Provider/contractor 1. Before End Of The Year, Dmw Shall Conduct An Assessment Or Evaluation Of The Performance Of The Service Provider/contractor. 2. The Security Service Contractor (ssc)/private Security Agency (psa) Shall Maintain A Satisfactory Level Of Performance Throughout The Term Of The Contract Based On A Prescribed Set Of Performance Criteria. The Performance Criteria To Be Applied Shall Include, Among Others, The Following: A) Quality Of Service Delivered; B) Time Management; C) Management And Suitability Of Personnel; D) Contract Administration And Management; And E) Provision Of Regular Progress Reports. 3. Based On Its Assessment, Dmw May Pre-terminate The Contract For Failure By The Ssc/psa To Perform Its Obligations Thereon Following The Procedure Prescribed Under The Guidelines On Termination Of Contracts Issued By The Government Procurement Policy Board Under Resolution No.018-2004 Dated 22 December 2004. Ix. Contract Cost And Duration 1. The Contract Shall Be For Cy 2025, January To December 2024. However, Either Party May Terminate The Contact By Giving The Other Party Thirty (30) Days Notice In Writing Prior To Such Termination. 2. The Approved Budget Cost For The Security Service For Cy 2025 Is Five Hundred Seventy Two Thousand One Hundred Ninety Three And 36/100 Pesos Only (p572,193.36) Inclusive Of Vat. 3. The Financial Proposal Shall Contain A Breakdown Of All Costs, Including Cost Of Supplies And Equipment, Necessary For The Execution Of The Contract. 4. Retirement Benefits Shall Be Released To The Security Guard/officer Upon Retirement, Resignation, Transfer Of Service To Sister Agency Or Other Agency Or As The Security Guard/officer Is No Longer Connected To The Agency. 5. The Security Guard/officer Is Entitled To Overtime Pay Provided That Dmw Has Written Request To The Security Service Contractor (ssc)/private Security Agency (psa), Signed By The Administrator. 6. All Bid Prices For A Duration Of One (1) Year Shall Be Fixed And Shall Not Be Adjusted During Contract Implementation, Except For The Following: A. Increase In Minimum Daily Wage Pursuant To Law Or New Wage Order Issued After Date Of Bidding, Increase In Taxes; And B. If During The Term Of The Contract The Dmw Sees The Need For An Increase Or Decrease In The Number Of Security Guards, The Resulting Cost Of Said Increase Or Decrease, Provided That The Abc For The Relevant Year Is Not Exceeded. 7. The Dmw Ro Xi 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. I Hereby Certify To Comply With All The Technical Specifications Stated In The Terms Of Reference. Name Of Company/bidder Signature Over Printed Name Date Financial Offer: Security Service For Dmw Ro Xi For Cy 2025 Approved Budget For The Contract: Five Hundred Seventy Two Thousand One Hundred Ninety Three And 36/100 Pesos Only (p572,193.36) Qty Unit Description Monthly Rate (inclusive Of Vat) Total Amount For Jan-dec 2025 (inclusive Of Vat) 1 Lot Security Service For Dmw Ro Xi For Cy 2025: - 2 Guards (7:00 Am To 7:00 Pm) Total Amount In Words: Signature Over Printed Name Position/designation Office Tel./fax/mobile Nos. E-mail Address/es
Jefferson Parish Government Tender
Civil And Construction...+1Drainage Work
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: Corrected Postponed Due To Winter Weather Public Notice Soq #25-005 Sala Avenue Historic District Drainage Feasibility Analysis And Improvements The Parish Of Jefferson, Authorized By Resolution No 145576. Is Hereby Soliciting A Statement Of Qualifications ((tec) Professional Services Questionnaire) For Persons Or Firms Interested And Qualified To Provide Professional Engineering Services For The Sala Avenue Historic District Drainage Feasibility Analysis And Improvements Project (council District 2). Original Deadline For Submissions: 3:30 P.m., January 23, 2025 Postponed Deadline For Submissions: 3:30 P.m., February 7, 2025 General The Scope Of Work Associated With This Project Consists Of Streetscape And Drainage Improvements To The Sala Avenue Corridor Between River Road And 4th Street In The City Of Westwego. The Intention For The Project Is To Beautify And Improve The Drainage Of The Corridor For A 10-year Design Storm Utilizing Alternative Drainage Methods, Such As Green Infrastructure (bioswales, Permeable Pavement, Rain Gardens, Etc.). Jefferson Parish Anticipates The Project Will Require The Following Supplemental Services: Hydraulic Analysis, Geotechnical Services, Surveying, Landscape Architecture, And Resident Inspection. Compensation Compensation For The Required Design Services Will Be Made On An Hourly Rate Basis Or A Fixed Fee Basis, Or A Combination Of Both, Depending On Scope And Complexity Of The Work. The Parish Reserves The Right To Determine The Method Of Payment (hourly Or Fixed) For Each Individual Assignment. For Hourly Rate Work, The Firm Shall Be Compensated By The Appropriate Jefferson Parish Department On The Basis Of Their Certified And Itemized Burdened Rate In Accordance With Guidelines Established In Attachment “a” To The Standard Professional Services Agreement For Jefferson Parish. A Copy Of Attachment “a” May Be Obtained By Calling The Jefferson Parish Department Of Capital Projects At (504) 736-6833. For Fixed Fee Work, The Fee Shall Be Negotiated With The Firm By The Jefferson Parish Department Of Capital Projects And Shall Be Mutually Agreeable To Both Parties. Compensation For Supplemental Services, If Required, Shall Be In The Form Of A “lump Sum” Or Hourly Rate For Each Supplemental Service, Which Shall Be Mutually Agreeable To The Parish And The Consultant. All Costs Associated With This Project Shall Be Subject To Jefferson Parish Review And Approval. Minimum Requirements For Selection The Persons Or Firms Under Consideration Shall Have At Least One (1) Principal Who Is A Licensed, Registered Professional Engineer In The State Of Louisiana. A Subcontractor May Not Be Used To Meet This Requirement. (section C. Of Tec Professional Services Questionnaire); The Persons Or Firms Under Consideration Shall Have A Professional In Charge Of The Project Who Is A Licensed, Registered Professional Engineer In The State Of Louisiana With A Minimum Of Five (5) Years’ Experience. A Subcontractor May Not Be Used To Meet This Requirement. (section K. “professional In Charge Of Project:”; Of Tec Professional Services Questionnaire); The Persons Or Firms Under Consideration Shall Have One (1) Employee Who Is A Licensed, Registered Professional Engineer In The State Of Louisiana In The Applicable Discipline Involved. A Subcontractor May Meet This Requirement Only If The Advertised Project Involves More Than One Discipline (section D. Of Tec Professional Services Questionnaire). With Regard To The Questionnaire, Principal Means The Sole Proprietor Of The Firm, Or One Who Shares An Ownership Interest With Other Persons In The Firm, Including But Not Limited To, A Partner In A Partnership, A Shareholder In A Corporation, Or A Member Of A Limited Liability Corporation. Evaluation Criteria The Following Criteria Will Be Used To Evaluate Each Firm Submitting A Statement Of Qualifications: 1) Professional Training And Experience In Relation To The Type And Magnitude Of Work Required For The Particular Project – (maximum Points Awarded Shall Be 35). 2) Size Of Firm, Considering The Number Of Professional And Support Personnel Required To Perform The Type Of Engineering Tasks, Including Project Evaluation, Project Design, Drafting Of Technical Plans, Development Of Technical Specifications And Construction Administration – (maximum Points Awarded Shall Be 10). 3) Capacity For Timely Completion Of Newly Assigned Work, Considering The Factors Of Type Of Engineering Task, Current Unfinished Workload, And Person Or Firm’s Available Professional And Support Personnel – (maximum Points Awarded Shall Be 20). 4) Past Performance On A Project In Which The Person Or Firm Assisted A Governmental Entity In Dealings With Disaster Recovery And Any Other Projects Relating To Cdbg – (respondent Should Provide A List Of Completed Disaster Recovery Projects And/or Similar Cdbg Projects For Which Firm Has Provided Verifiable References) (maximum Points Awarded Shall Be 10). 5) Location Of The Principal Office – Preference Shall Be Given To Persons Or Firms With A Principal Business Office As Follows: (a) Jefferson Parish, Including Municipalities Located Within Jefferson Parish (15 Points); (b) Neighboring Parishes Of The Greater New Orleans Metropolitan Region, Which Includes Orleans, Plaquemines, St. Bernard, St. Charles And St. Tammany Parishes (12 Points); (c) Parishes Other Than The Foregoing (10 Points); (d) Outside The State Of Louisiana (6 Points). Location Of The Principal Office Shall Only Factor Into The Evaluation Criteria If Adequate Competition (two Or More Firms That Are Responsive And Responsible) Are Located Within Jefferson Parish - (maximum Points Awarded Shall Be 15). 6) Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services, In Which The Parish Prevailed Or Any Ongoing Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services Excluding Those Instances Or Cases Where The Person Or Firm Was Added As An Indispensable Party, Or Where The Person Or Firm Participated In Or Assisted The Public Entity In Prosecution Of Its Claim. (in The Event That The Person Or Firm Fails To Provide Accurate And Detailed Information Regarding Legal Proceedings With The Parish, Including The Absence Of Legal Proceedings, The Person Or Firm Shall Be Deemed Unresponsive With Regard To This Category, And Zero (0) Points Shall Be Awarded) - (maximum Points Awarded Shall Be 15). 7) Prior Successful Completion Of Projects Of The Type And Nature Of Engineering Services, As Defined, For Which Firm Has Provided Verifiable References - (maximum Points Awarded Shall Be 5). Project Will Include Federal Disaster And Resiliency Funds And Therefore Will Include Associated Federal Requirements, Including Section 3, As Applicable. Statements Of Qualifications From Minority, Female-owned, And Local Firms / Individuals Are Invited. Each Firm’s Lowest And Highest Score Shall Be Dropped And Not Count Towards The Firm’s Score. Only Those Persons Or Firms Receiving An Overall Cumulative Score Of At Least Seventy (70) Percent Or Greater, Of The Total Possible Points For All Categories To Be Assigned By The Participating Technical Evaluation Committee Members, Shall Be Deemed Qualified To Perform These Professional Services. The Person Or Firm Submitting A Statement Of Qualification ((tec) Professional Services Questionnaire) Must Identify All Subcontractors Who Will Assist In Providing Professional Services For The Project, In The Professional Services Questionnaire. Each Subcontractor Shall Be Required To Submit A ((tec) Professional Services Questionnaire) And All Documents And Information Included In The Questionnaire. (refer To Jefferson Parish Code Ordinance, Section 2-928) All Persons Or Firms (including Subcontractors) Must Submit A Statement Of Qualifications ((tec) Professional Services Questionnaire) By The Deadline. The Latest Professional Services Questionnaire May Be Obtained By Contacting The Purchasing Department At (504) 364-2678 Or Via The Jefferson Parish Website At Https://www.jeffparish.gov/27/government. This Questionnaire Can Be Accessed By Clicking On The + Next To “doing Business In Jefferson Parish” On The Website And Clicking On “professional Services Questionnaires”. Submissions Will Only Be Accepted Electronically Via Jefferson Parish’s E-procurement Site, Central Bidding At Www.centralauctionhouse.com Or Www.jeffparishbids.net. Registration Is Required And Free For Jefferson Parish Vendors By Accessing The Following Link: Www.centralauctionhouse.com/registration.php. No Statements Will Be Accepted After The Deadline. Affidavits Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Insurances Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Disputes/protests Relating To The Decisions By The Evaluation Committee Or By The Jefferson Parish Council Shall Be Brought Before The 24th Judicial Court. Adv: The New Orleans Advocate: January 8, & 15, 2025 Corrected Postponed Due To Winter Weather: January 29, 2025
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Others...+1Electrical and Electronics
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
Details: The Incumbent Contract Was Awarded To Armstrong Transmitter Corporation For A 5-year Aggregate Of $26,480.00.combined Synopsis/solicitationnon-personal Maintenance Services For The Binghampton Weather Forecast Office (wfo) Noaa Weather Radio (nwr) Syracuse, Ny(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 1305m325q0071.(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 811210. The Small Business Size Standard Is $34.0 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 Maintenance Services For The National Weather Service (nws), Binghampton Weather Forecast Office (wfo) Noaa Weather Radio (nwr) In Syracuse, Ny, In Accordance With The Statement Of Work. Period Of Performance 04/01/2025 Through 03/31/2026.clin 1001 – Option Year 1services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Maintenance Services For The National Weather Service (nws), Binghampton Weather Forecast Office (wfo) Noaa Weather Radio (nwr) In Syracuse, Ny, In Accordance With The Statement Of Work. Period Of Performance 04/01/2026 Through 03/31/2027.clin 2001 – Option Year 2services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Maintenance Services For The National Weather Service (nws), Binghampton Weather Forecast Office (wfo) Noaa Weather Radio (nwr) In Syracuse, Ny, In Accordance With The Statement Of Work. Period Of Performance 04/01/2027 Through 03/31/2028.clin 3001 – Option Year 3services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Maintenance Services For The National Weather Service (nws), Binghampton Weather Forecast Office (wfo) Noaa Weather Radio (nwr) In Syracuse, Ny, In Accordance With The Statement Of Work. Period Of Performance 04/01/2028 Through 03/31/2029.clin 4001 – Option Year 4services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Maintenance Services For The National Weather Service (nws), Binghampton Weather Forecast Office (wfo) Noaa Weather Radio (nwr) In Syracuse, Ny, In Accordance With The Statement Of Work. Period Of Performance 04/01/2029 Through 03/31/2030.(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 2015-4163, Revision No. 28, Dated 12/23/2024, Which Can Be Found On: Https://sam.gov/content/wage-determinationsinvoices To Be Billed Quarterly In Arrears After Performance Of Services. 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 04/01/2025 Through 03/31/2026.option Period 1 For A Twelve Month Period 04/01/2026 Through 03/31/2027.option Period 2 For A Twelve Month Period 04/01/2027 Through 03/31/2028. Option Period 3 For A Twelve Month Period 04/01/2028 Through 03/31/2029. Option Period 4 For A Twelve Month Period 04/01/2029 Through 03/31/2030. Place Of Performance Is 4044 Makyes Rd, Syracuse, Ny 13215.(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 Friday, February 21, 2025. All Quotes Must Be Submitted Electronically Via Email To Stephanie.mas@noaa.gov.(xvi) Any Questions Regarding This Solicitation Should Be Submitted Electronically Via Email To Stephanie.mas@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 Stephanie.mas@noaa.gov. Questions Should Be Received No Later Than 12:00pm Mst/mdt On Friday, February 14, 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)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 Stephanie.mas@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 Capability.2. past Performance, Including Completed Past Performance Questionnaires.3. any Additional Contractor Personnel Technical Requirements As Outlined Within The Statement Of Work.4. price.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). The Evaluation Will Consider The Non-price Technical Solution (technical Approach And Past Performance) To Be Significantly More Important Than Price. However, As Quotes Are Determined To Be More Equal In The Non-price Evaluation Factor, Price Becomes More Important And May Become The Determining Factor For Award. If, At Any Stage Of The Evaluation, All Vendors Are Determined To Have Submitted Equal, Or Virtually Equal, Non-price Technical Solutions, Price Could Become The Factor In Determining Which Vendor Will Receive The Award.the Government Intends To Evaluate The Quotes And Award A Purchase Order Based On The Offeror’s Initial Quote; Therefore, The Offeror’s Initial Quote Should Contain The Offeror’s Best Terms From A Non-price Technical Solution And Price Standpoint. The Government Reserves The Right Not To Award A Purchase Order Depending On The Quality Of The Quote(s) Submitted And The Availability Of Funds. Furthermore, The Government May Waive Informalities And Minor Irregularities Or Omissions In Quotes Received.the Government May Make Award To Other Than The Lowest-priced Offeror Or The Offeror With The Highest Technical Rating If The Contracting Officer Determines That To Do So Would Result In The Best Value To The Government. The Government Will Not Make An Award At A Significantly Higher Overall Price To Achieve Only Slightly Superior Performance Capability. (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 Approach And Capability. The Offeror’s Overall Technical Approach Will Be Evaluated To Assess The Government's Level Of Confidence In The Offeror’s Understanding Of, Approach To, And Ability To Successfully Perform The Requirements As Described In The Statement Of Work. Provide A Detailed Description Of The Company’s Experience Performing Similar Services. A Detailed Technical Approach Write-up Describing How The Offeror Will Perform This Service Is Required To Be Submitted With The Quote Regardless Of Whether A Site Visit Was Made Or Not. The Technical Approach Write-up Must Not Be A Reiteration Of The Statement Of Work, But How Your Company Plans On Performing The Tasks Listed In The Attached Statement Of Work. (i.e. Performance Checklists, Anticipated Number Of Employees, Anticipated Hours At The Facility And/or Confirmation Of Supplies Being Provided, Etc.)2. past Performance. 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 Stephanie.mas@noaa.gov 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.3. any Additional Contractor Personnel Technical Requirements As Outlined Within The Statement Of Work.4. price. The Government Will Evaluate The Price Quote For Completeness And Reasonableness In Relation To The Rfq Requirements. Quoted Prices Must Be Entirely Compatible With The Non-price Technical Solution.the Government Intends To Award A Trade-off, Single 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 ARMY USA Tender
Others
United States
Closing Date24 Feb 2025
Tender AmountRefer Documents
Details: Attached You Will Find A Pdf Version Of The Below Rfi Verbage. Please Refer To That, As It Will Have The Proper Formatting/numbering. request For Information For: radiological Detection System (rds) 1.0purpose: this Is A Request For Information (rfi) Only. This Rfi Is Intended For Release To Sam.gov. The Department Of Defense, Department Of The Army, Joint Program Executive Office For Chemical, Biological, Radiological And Nuclear Defense (jpeo-cbrnd), Joint Project Manager Chemical, Biological, Radiological, And Nuclear Sensors (jpm S), Joint Product Leader For Radiological And Nuclear Defense (jpdl Rnd) Is Issuing This Rfi For Information And Planning Purposes; It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp. This Rfi Does Not Contractually Commit The Government For Any Supply Or Service. Respondents Are Advised That The U.s. Government Will Not Pay Any Cost Incurred In Response To This Rfi. Not Responding To This Rfi Does Not Preclude Participation If Future Rfps Are Issued. the Rfi Objective Is To Gain Information About Respondent’s Capabilities In Developing, Testing, And/or Manufacturing A Solution Capable Of Meeting The Requirements Set Forth In The “radiological Detection System (rds) Performance Specification” And Answer Questions Set Forth Below In Section. Each Respondent Shall Review The Rds Performance Specification (p-spec) And Provide Feedback Indicating Respondent’s Capabilities To Develop, Test And/or Manufacture A System Which Would Be Able To Meet The Government’s Requirements. To Get Access To The Rds P-spec, The Respondent Shall Request Access From The Contracting Team (contracting Officer And Contract Specialist) Via Email. Please Note, The Rds P-spec Is Marked Controlled Unclassified Information (cui) So Please Ensure (and Provide Evidence With Your Access Request Email) That Your Company Has Completed An Nist Sp 800-171 Assessment In The Procurement Integrated Enterprise Environment (piee) Supplier Performance Risk System (sprs). in The Event That The Respondent’s Current System And/or Current Capabilities Do Not Meet The Government’s Requirements, But May Meet The Government’s Requirements In The Future, The Respondent Shall Provide The Anticipated Timeline For Meeting These Requirements. Each Response To This Rfi Shall Include: (1) Proposed System Description/information; (2) Responses To All Requested Information Noted Below In Section 4.0 “submission Criteria”. the Psc Code For This Rfi Is 6665 “hazard-detecting Instruments And Apparatus”. The Naics Code For This Rfi Is 334519 “other Measuring And Controlling Device Manufacturing”. 2.0 Background: the Objective Of The Rds Program Is To Provide A Rugged Radiation Detection, Indication And Computation (radiac) Meter That Replaces Legacy Radiological Survey Meters Currently Employed By The United States Air Force (usaf) (adm-300), United States Navy (usn) (multi-function Radiac (mfr) Suite), United States Coast Guard (uscg) (mfr Suite), United States Army (usa) (an/pdr-77 & An/vdr-2) And United States Marine Corps (usmc) (an/pdr-77). Rds Provides A Joint Solution That Eliminates (or Reduces The Risk Of) Parts Obsolescence, Increases Capability, Reduces Life-cycle Costs, And Addresses Operation Tomodachi Lessons Learned For Common, Interoperable Equipment With Adequate Sensitivity And Common Units Of Measure. Rds Will Be Fielded To All Four Services (army, Navy, Marines, Air Force) In Addition To The United States Coast Guard (uscg) And United States Special Operations Command (ussocom). In Addition, Canada And The United Kingdom (uk) Actively Participate In The Rds Program. on 12 September 2016, Jpdl Rnd Awarded Contract W911sr-16-d-0027 To Ludlum Doing Business As (dba) Visionary Products Inc. (vpi) For The Development And Production Of The Rds. Rds Was Approved For Full Rate Production (frp) In 2024. 3.0potential Future Need the United States Armed Services Is In Need Of Frp Rds Systems. Approximate Projected Total Quantities Over Five (5) Years Are: 16,000 Base Units 3,000 Beta Photon Probes 1,100 Alpha Beta Probes 200 Small Area Beta Gamma Probes 200 Sensitive Gamma Probes 200 Fidler Probes 700 Neutron Probes the Government Is Investigating An Indefinite Delivery, Indefinite Quantity (idiq) For The Frp Of The Rds. The Government Projects A Need For Rds Production Through 2043. The Anticipated Contract Type Is Firm Fixed Price (ffp). The Pricing Information Requested In Section 4 Shall Be Completed Assuming A Ffp Idiq. the Government Will Require At Minimum Government Purpose Rights (gpr) On All Technical Data Associated With The Rds System If Procured. 4.0submission Criteria: the United States Armed Services Is Exploring The Possibility To Award One Or More Contracts. Possible Contracts Could Include The Development, Testing And Manufacture Of The Rds System That Has The Same Form, Fit And Function Of The Current Design. Proposed Solutions Shall Meet The Requirements Described In This Section And The Rds P-spec. Respondents Shall Provide At Minimum The Following Information: responses Shall Be Submitted As Indicated Above And Shall Include, At A Minimum: (1) Rfi Title, “radiological Detection System (rds)”, (2) Company Name, (3) Company Address, (4) Telephone Number(s), (5) Email Address(es); (6) Website Address (if Available); (7) Type Of Business, Large Or Small (to Include Type Of Small Business); (8) Duns Number; (9) Cage Code; (10) Facility Clearance (yes Or No); (11) Information Paper Addressing The Areas Of Interest Listed In Section 4, Brochures, Published Technical Specifications; And (12) 3rd Party Performance Verification. Responses Shall Also Confirm Their Respondent’s Current Facility Clearance Level (fcl)(c, S, Ts, Etc.). Response Shall Also Include The Name, Telephone Number, And E-mail Address Of A Point Of Contact Having The Authority And Knowledge To Clarify Responses With A Government Representative. additionally, All Responses Shall Include Each Of The Following Items: general Synopsis Of The Respondent’s Solution To Delivering Systems That Will Meet The Rds Requirements Herein. Big Picture – Will The Respondent Be Able To Manufacture A System Based Off Of The Provided Specifications? Or Will Additional Development Of The Respondent’s Solution Be Required? If So, Please Provide Details On How Much/ What Additional Developments Will Be Required Along With An Estimated Timeframe To Incorporate Required Modifications. a Brief Description Of The Respondent’s Potential Version For The Rds Requirement To Include The Following: ability To Meet Each Requirement In The Rds P-spec Specifically Addressing The Following: can The Potential Version Satisfy The Government’s Requirements "as Is"? If The Potential Version Cannot Satisfy The Government’s Requirements "as Is", What Modifications Are Needed? if The Respondent’s Potential Version Currently Does Not Meet Government Minimum Required Specifications, Please Describe In Detail Which Of The Government Specifications Are Not Met And Why. technology Proposed For Detection (i.e. Gm Tube, Scintillator, Etc.); previous Testing Of The Potential Version To Include Nuclear Survivability Testing; calibration Requirements, Including: (1) Recommended Time Between Calibrations; (2) Sources And Dose Rates Needed For Calibration; (3) Ease Of Calibration; (4) Cost Of Calibration; And (5) List Of Support Equipment Required To Repair And Calibrate The System (to Include Non-standard Calibration Equipment Such As Calibration At Low And High Temperatures); requirements That Would Require Development Of New Technology (or Adaptation Of Current Technology Not Currently Used For This Purpose) Instead Of Using Technology That Is Currently Available And Used Throughout The Radiation Detection Industry; estimated Technology Readiness Level (trl) Of The Proposed System; how (under What License, Regulations, Etc.) Do You Plan To Distribute Radiation Sources (cs-137 Check Sources) Needed For The Rds; what (if Any) Data Rights Concerns Would There Be With Providing At Minimum Government Purpose Rights On All Technical Data Associated With The Rds (as Gpr Is The Minimum Required Level Of Data Rights The Government Will Require For The System); a Brief Description Of The Development History And Production Of The Respondents’ Potential Version For The Rds Requirement, Or Similar Radiac, To Include The Following: number Of Units (either Planned Proposed System Or Similar System) Sold As Of The Date Of The Submission; description Of Similar System And How It Differs From Proposed System; current Monthly Production Capacity Of Similar Production Items; what, If Any, Radiation Check Sources Do You Currently Distribute To Include Exempt, Generally Licensed, And Specific Licensed Sources; experience With Department Of Defense Contracts, Specifically Production Contracts For Similar Equipment. This Includes Any Historical Experience Of This Kind, But Please Specifically Point Out Any Recent Experience Within The Past Five (5) Years If You Have Any; experience With Department Of Defense Provisioning Of Spare Parts, Drafting Of Technical Manuals, Drafting Of Training Materials, Conducting Developmental Testing For The Government, And Conducting Operational Testing For The Government; experience With Obtaining Department Of Defense Cybersecurity Authority To Operate; experience With Intagrating Equipment Via Ethernet And Army Radios On Department Of Defense Networks; experience Working With And Being Audited By Defense Contract Management Agency (dcma) Or Defense Contract Audit Agency (dcaa). Include Quality Assurance Plan(s); a Brief Description Of The Respondent’s Potential Schedule And Production To Include The Following: time Required To Develop, Build, Test, And Deliver First Article Test (fat) Systems Per The Rds P-spec. Include Time Required From Contract Award To Completion Of Fat, To Include Submission And Approval Of The Test Plan And Test Report; time Required To Build, Test, And Deliver The First Expected Delivery Order (see Quantities Below) Per The Rds P-spec (including Conformal Testing And Submission And Approval Of The Test Plan And Test Report); 1,600 Base Units 300 Beta Photon Probes 110 Alpha Beta Probes 20 Small Area Beta Gamma Probes 20 Sensitive Gamma Probes 20 Fidler Probes 70 Neutron Probes time Required To Set Up A Production Line For A Minimum Of 1000 Base Units/month And 200 Probes/month (which Is The Minimum Expected Output During Full Rate Production); the Average Number Of Units/month Currently Produced (if Any); the Projected Minimum (to Ensure Production Line Stays Stable/viable) And Maximum Number Of Units/month Production Capacity During Full Rate Production; the Time Required To Obtain Critical Component(s); the Time And Recommended Conformance Testing Required Based On The Performance Specification; the Time Required To Update The Technical Manual And Training Materials; a Brief Description Of The Respondents’ Cost Of The Potential System To Include The Following: assuming A 5-year Ffp, Idiq, Respondents Shall Provide The Below Requested Pricing Information. approximate Rough Order Of Magnitude (rom) Price Breakdown Estimate For This Effort. Include (1) Fat Per Table 4 Of The Rds P-spec; (2) Delivery Order For The Approximate Quantities Of The Expected Order In Section 3 (including Conformal Testing Per The Performance Specification); And (3) Annual Calibration Cost By Probe (include Shipping Costs To And From Aberdeen Proving Ground, Md). 5.0supporting Documents: rds P-spec By Request Through Army Contracting Command (acc) Personnel Listed Below In Section 6.0. As Noted Above In Section 1.0: To Get Access To The Rds P-spec, The Respondent Shall Request Access From The Contracting Team (contracting Officer And Contract Specialist) Via Email. Please Note, The Rds P-spec Is Marked Controlled Unclassified Information (cui) So Please Ensure (and Provide Evidence With Your Access Request Email) That Your Company Has Completed An Nist Sp 800-171 Assessment In The Procurement Integrated Enterprise Environment (piee) Supplier Performance Risk System (sprs). 6.0 Response Due Date, Page Limit, Disclaimer And Important Notes: due Date: Submissions Shall Be Sent Electronically To The Following Points Of Contact (pocs) And Email Addresses; Tyler N. Gates, Contracting Officer - Tyler.n.gates2.civ@army.mil; Nathaniel W. Sievers, Contract Specialist - Nathaniel.w.sievers.civ@army.mil. All Submissions Shall Be Received No Later Than 4:30pm Eastern Time (et), 17 February, 2025. Note: If Possible, Enable Delivery And Or Read Receipt On All Submissions To Ensure Arrival By The Required Deadline. The Entirety Of The Respondent’s Rfi Email Response Shall Not Exceed 15mb Of Total File Size. Failure To Adhere To This Limitation May Result In Portions Of The Response Not Being Received By The Government. Telephonic Inquiries Will Not Be Accepted. disclaimer And Important Notes: This Rfi Does Not Constitute A Request For Proposal (rfp), Broad Agency Announcement (baa), Or A Promise To Issue An Rfp. The Government Will Not Pay For Costs Associated With Developing A Response To This Rfi, Nor Does It Commit The Government To Enter Into Any Contractual Agreement. The Jpdl Rnd May Issue A Solicitation For This Requirement In The Coming Months. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Shall Ensure Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Capabilities. Respondents Are Advised The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. Although Responses Are Highly Encouraged, Not Responding To This Rfi Does Not Preclude Participation In Any Future Solicitation. The Information Provided In This Rfi Is Subject To Change And Is Not Binding On The Government. Any Future Postings/announcements Related To This Rfi, Which May Have Language Which Contradicts With Any Language In This Rfi Will Trump And Supersede The Language In This Rfi. All Submissions Become The Property Of The Government And Will Not Be Returned. Proprietary Information Submitted In The Rfi Response Shall Be Marked Accordingly To Ensure Appropriate Handling And Disposition By The Government. No Classified Information Shall Be Submitted In The Rfi Response. contracting Office Address: us Army Contracting Command-aberdeen Proving Ground, edgewood Contracting Division (acc-apg) 8456 Brigade Street, E4215 apg (edgewood), Md 21010-5401 primary Points Of Contact: tyler Gates, Contracting Officer email: Tyler.n.gates2.civ@army.mil telephone: 520-671-1119 nathaniel Sievers, Contract Specialist email: Nathaniel.w.sievers.civ@army.mil telephone: 520-692-9630
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: N44255-25-r-1501 Full And Open Indefinite Delivery/indefinite Quantity Contract For Architect-engineer Services For Marine Waterfront Architect-engineereing (wf A-e) Services At Various Locations Within Naval Facilities Engineering Systems Command (navfac) Northwest Area Of Responsibility (aor), Primarily Washington Statedescription: All Information Needed For Interested Parties To Submit A Standard Form Sf 330, Architect Engineer Qualifications Is Contained Herein. There Is No Separate Request For Proposals (rfp) Package To Download.this Procurement Will Result In One Indefinite Delivery/indefinite Quantity (idiq) Contract For Multi-discipline Architect-engineer (a-e) Services Primarily For Marine - Waterfront Projects At Locations In The Navfac Northwest Aor Including The States Of Washington, Oregon, Idaho, Montana, Alaska, North Dakota, South Dakota, Nebraska, Minnesota, Iowa, And Wyoming. These Services Will Be Procured In Accordance With 40 Usc Chapter 11, Selection Of Architects And Engineers, As Implemented By Far Subpart 36.6. The Idiq Period Of Performance Will Be For A Base Period Of (2) Two Years And One Three (3) Year Option Period For Maximum Duration Of 60 Months. The Total Fee For The Contract Term Shall Not Exceed $249m. The Guaranteed Minimum For The Contract Term (including Option Years) Is $5,000. Firm-fixed Price Task Orders Will Be Negotiated For This Contract. There Will Be No Dollar Limit Per Task Order And No Dollar Limit Per Year.this Proposed Contract Is Being Solicited On A Full And Open Basis. The North American Industrial Classification System (naics) Code Is 541330 ? Engineering Services And The Annual Small Business Size Standard Is $22.5m. The Government Seeks The Most Highly Qualified Firm To Perform The Required Services, Based On The Demonstrated Competence And Qualifications For The Type Of Professional Services Required And At Fair And Reasonable Prices, In Accordance With The Selection Criteria. The Market Research Study (sources Sought Number: N44255-24-r-1500) Conducted By Navfac Northwest Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Solicit This Procurement On An Unrestricted Basis Inviting Full And Open Competition. The Navfac Northwest Deputy For Small Business Concurs With This Decision.the A-e Firm Is Expected To Provide An Interdisciplinary Team To Furnish Engineering And Design Services For Marine Waterfront Projects At Various Locations Predominantly Serviced By The Navfac Northwest Office. The Design And Engineering Services Will Require Expertise In Architectural, Mechanical, Electrical, Civil, Structural, Geotechnical, Corrosion Control, Coastal, Naval Architect, Fire Protection, Survey, Cost And Environmental Disciplines As It Pertains To Department Of Defense Waterfront/marine Facilities And Systems. Services May Include New Designs, Evaluations, Inspections And/or Studies For Maintenance, Construction, Equipment Installation, New Construction Repair And Replacement Of Piers, Wharves, Quay Walls, Dry Docks, Fendering Systems, Floating Metal Or Concrete Structures, Wave Attenuation Devices, Dredging, Etc., Including Utilities. The Work May Also Include Field Investigations, Technical Feasibility Assessments, Design Analysis, Structural/seismic Evaluation, Underwater Inspection, Geotechnical Evaluation, Cathodic Protection, Surveying, Cost Estimating, Technical Review Of Contract Documents Prepared By Government Employees, And Construction Support Consultation. At The Governments Discretion Up To 20% Of The Contract Value May Be Awarded For Non-waterfront Specific Designs Or Studies Including But Not Limited To New Construction Or Renovation Of Warehouses, Hangars, Administration Facilities, Barracks, Industrial Facilities, And/or Utilities.the Awarded Contract Will Be Subject To Specific Provisions Addressing The Avoidance Of Organizational Conflicts Of Interest. The Prime Firm For This Contract Will Be Required To Perform Throughout The Contract Term.interviews May Be Scheduled With Firms Slated As The Most Highly Qualified. Firms Slated For Interviews May Be Asked To Clarify Information Contained In The Sf330 Submittal. Elaborate Presentations Are Not Desired.selection Criteriafirms Responding To This Synopsis Will Be Evaluated To Determine The Most Highly Qualified Firms To Perform The Required Services In Accordance With The Published Selection Criteria. Failure To Comply With Instructions Or Provide Complete Information May Affect The Firms Evaluation Or Disqualify The Firm From Further Consideration. Criteria 1 And 2 Are Most Important And Equally Weighted. Criteria 3 Through 8 Are In Descending Order Of Importance. Specific Selection Criteria Include:1 - Specialized Experience And Sustainable Design2 - Professional Qualifications3 - Past Performance 4 - Quality Control 5 - Program Management And Capacity6 - Location7 - Commitment To Small Business8 - Volume Of Workcriterion 1 ?specialized Experience And Sustainable Design (sf330, Part I, Section F): Firms Will Be Evaluated On Specialized Experience In Performance Of Services Like Those Anticipated Under This Contract Through Evaluation Of Experience In: 1. design Of Waterfront Structures And Facilities (e.g. Piers, Wharves, Dry Docks).2. design Of Waterfront Utilities (e.g. Electrical, Compressed Air, Oily Waste)3. experience Using Department Of Defense Waterfront Unified Facilities Criteria4. experience Applying Sustainability Concepts Through An Integrated, Cost-effective Design Approach And Designing In Accordance With Recognized Sustainability Rating Systems Such As Green Globe, Leed, Etc.firms May Be Considered More Favorably By Demonstrating The Following: 1. projects Where Offeror Was The Prime Architect-engineer And Design Fees Were Above $4,000,000.submission Requirements: Provide A Maximum Of Five (5) Projects With The Design Complete Within The Past Ten (10) Years Immediately Preceding The Date Of Issuance Of This Notice That Best Demonstrate Specialized Experience Of The Proposed Team In The Areas Outlined Above. Sufficient Information To Determine The Date Of Completion Of The Project Must Be Included In The Project Description Or The Project Will Not Be Considered. If More Than The Maximum Number Of Projects Are Submitted, The Government Will Only Evaluate Projects Up To The Maximum Number Authorized In The Order Submitted.all Projects Provided In The Sf330 Must Be Completed By The Actual Office/branch/regional Office/individual Team Member Proposed To Manage And Perform Work Under This Contract. Projects Not Meeting This Requirement Will Be Excluded From Consideration In The Evaluation. To Enable Verification, Firms Should Include:1. the Unique Entity Identifier (uei) Number Along With Each Firms Name In The Sf330 Part 1, Section F, Block 25, Firm Name; 2. include A Contract Number Or Project Identification Number In Block 21;3. include An E-mail Address And Phone Number For The Point Of Contact In Block 23(c); 4. in Block 24, Include In The Project Description, The Contract Period Of Performance, Award Contract Value, Current Contract Value, And A Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above;5. for Projects Performed As A Subcontractor Or A Joint Venture Involving Different Partners, Specifically Indicate The Value Of The Work Performed As A Subcontractor Or By Those Firms Proposed For This Contract, And Identify The Specific Roles And Responsibilities Performed As A Subcontractor Or By Those Firms On The Project Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Project Could Be Eliminated From Consideration.note: If The Firm Is A Joint Venture, Projects Performed By The Joint Venture Should Be Submitted; However, If There Are No Projects Performed By The Joint Venture, Projects Shall Be Submitted For Each Joint Venture Partner. Firms Failing To Provide Projects From All Joint Venture Partners Will Be Considered To Have Not Met The Requirements Of The Criterion. Projects Shall Be Submitted On The Sf-330 At Part I, Section F And Shall Be Completed Projects. Projects Not Complete Will Be Excluded From Evaluation Consideration. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand-alone Contract Award. Do Not Submit An Idiq Contract As An Example Project. Instead, List Relevant Task Orders Or Stand-alone Contract Awards As Individual Projects That Fit Within The Definition Above. The Government Will Not Evaluate Information Provided For An Idiq Contract. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. All Information For Criterion 1 Should Be Submitted In The Sf330, Part I, Section F Of The Form. The Government Will Not Consider Information Submitted In Addition To Part 1, Section F In Evaluation Of Criterion 1.criterion 2 ? Professional Qualifications And Technical Competence (sf330, Part I, Sections E And G): Firms Will Be Evaluated On Professional Qualifications, Competence, And Experience Of The Proposed Key Personnel In Providing Services To Accomplish The Tasks Required Under This Contract, Including Participation In Example Projects In The Sf330, Part 1, Section G.key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. All Key Personnel Must Be A Licensed Professional In Their Discipline And Have At Least Five (5) Years Of Demonstrated Experience On Waterfront Projects. Specific Disciplines That Shall Be Included In Key Personnel Are:� project Manager� design Quality Control Manager� senior Structural Engineer� senior Civil Engineer� senior Geotechnical Engineersubmission Requirements (sf330, Part I, Section E):provide Resumes For All Proposed Key Personnel That Illustrate Experience In The Work Proposed Under This Contract. Resumes Are Limited To 2 Pages And Should Indicate: Professional Registration, Certification, Licensure And/or Accreditation In Appropriate Disciplines; Cite Recent (within The Past Ten (10) Years) Project-specific Experience In Work Relevant To The Services Required Under This Contract; And Indicate Proposed Role In This Contract. Indicate Participation Of Key Personnel In Example Projects In The Sf330, Part 1, Section G.criterion 3 ? Past Performance (sf330, Part I, Section H):firms Will Be Evaluated On Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. Evaluating Past Performance And Experience Will Include Information Provided In Past Performance Questionnaires (ppqs) Or Cpars/acass For Criterion 1 Projects And May Include Customer Inquiries, Government Databases, And Other Information Available To The Government Including Contracts With Points Of Contact In Other Criteria. Note: Past Performance Information For Projects Listed Under Criterion 1 May Be Given Greater Weight.submission Requirements: Submit A Completed Cpars/acass Evaluation For Each Project Under Criterion 1. If A Completed Cpars/acass Evaluation Is Not Available, The Past Performance Questionnaire (ppq), Attachment (a), Included In This Notice, Is Provided For The Firm Or Its Team Members To Submit To The Client For Each Project Included Under Criterion 1, Specialized Experience. Do Not Submit A Ppq When A Completed Cpars/acass Is Available. If A Cpars/acass Evaluation Is Not Available, Completed Ppqs Should Be Submitted With Your Sf330. If The Firm Is Unable To Obtain A Completed Ppq From A Client For A Project(s) Before The Response Date Set Forth In This Notice, Firms Should Complete And Submit With Their Responses The First Page Of The Ppq, Attachment (a), Which Provides Contract And Client Information For The Respective Project(s). Firms May Submit A Ppq Previously Submitted Under A Different Notice/rfp (legible Copies Are Acceptable) If It Is On The Same Or Similar Form As Posted With This Synopsis. Firms Should Follow Up With Clients/references To Ensure Timely Submittal Of Questionnaires. If Requested By The Client, Questionnaires May Be Submitted Directly To The Governments Point Of Contact Via Email To:grace Montero: grace.e.montero.civ@us.navy.mil With A Copy Tonancy Coffee: nancy.m.coffee.civ@us.navy.mil Firms Shall Not Incorporate By Reference Into Their Response Ppqs Or Cpars Previously Submitted In Response To Other A/e Services Procurements. However, This Does Not Preclude The Government From Utilizing Previously Submitted Ppq Information In The Past Performance Evaluation. Firms Shall Provide Any Information On Problems Encountered And The Corrective Actions Taken On Projects Submitted Under Criterion 1 Specialized Experience And Sustainable Design. Firms Shall Also Address Any Adverse Past Performance Issues. Information Discussing Corrective Actions Or Adverse Past Performance Information Shall Not Exceed Two Double-sided Pages (or Four Single-sided Pages) In Total.awards, Letters Of Commendation, Certificates Of Appreciation, Etc. Shall Not Be Submitted And Will Not Be Considered In The Evaluation.criterion 4 ? Quality Control Program (sf330, Part I, Section H):firms Will Be Evaluated On The Strength Of The Quality Control Program Proposed By The Firm To Ensure Quality Products And Services Under This Contract And Means Of Ensuring Quality Services From Their Consultants/subcontractors.submission Requirements: Describe The Quality Control Program That Will Be Utilized For All Deliverables Of This Contract And The Management Approach For Quality Control Processes And Procedures. The Description Shall:1. explain The Quality Control Program Including An Example Of How The Plan Has Worked For One Of The Projects Submitted As Part Of Sf330, Section F Or How The Plan Will Work If It Has Not Been Used Previously. 2. provide A Quality Control Process Chart Showing The Inter-relationship Of The Management And Team Components.3. describe Specific Quality Control Processes And Procedures Proposed For This Contract Including Technical Accuracy Of And Assurance Of Overall Coordination Of Plans And Specifications, Field Verification Of Record Drawings And Existing Conditions Prior To Design, And Engineering And Design Services. 4. identify The Quality Control Manager And Any Other Key Personnel Responsible For The Quality Control Program And A Description Of Their Roles And Responsibilities.5. describe How The Firms Quality Control Program Extends To Management Of Subcontractors.criterion 5?program Management And Capacity (sf330, Part I, Section H): Firms Will Be Evaluated On The Firms Ability To Plan For And Manage Work Under The Contract And Demonstrated Capacity To Accomplish The Work In The Required Time. Submission Requirements: 1. provide An Organizational Chart For The Team And Discuss The Management Plan For This Contract And Personnel Roles In The Organization. 2. describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners Where Applicable. 3. describe The Firms Present Workload And The Availability Of The Project Team (including Consultants) For The Specified Contract Performance Period. Describe The Workload/availability Of The Key Personnel During The Anticipated Contract Performance Period And The Ability Of The Firm To Provide Qualified Backup Staffing For Key Personnel To Ensure Continuity Of Services. General Statements Of Availability/capacity May Be Considered Less Favorably. Criterion 6? Location (sf330, Part I, Section H): Provide The Location Of The Office(s) That Will Be Performing The Work, Including Main Offices, Branch Offices, And Offices Of Team Members And The Locations Of Their Office(s) That Will Be Performing The Work Under This Contract With Demonstrated Knowledge Of The Primary Geographic Areas In Which Projects Could Be Located. Provide A Narrative Describing The Teams Knowledge Of The Primary Geographic Areas In Which Projects May Be Located And The Ability Of The Prime A-e To Respond To Urgent Site Visits Within 24 Hours Of Notification. The Individual(s) Responding Must Possess Authority To Negotiate And Bind The Prime Contractor. Evaluation Of Firms Will Include Consideration Of The Teams Knowledge Of The Primary Geographic Area Of The Anticipated Projects, Primarily The Navfac Northwest Aor.criterion 7?commitment To Small Business (sf330, Part I, Section H): Firms Will Be Evaluated In Terms Of The Extent To Which They Have Identified And Committed To Small Business (sb), Small Disadvantaged Business (sdb), Women-owned Small Business (wosb), Historically Underutilized Business Zone Small Business (hubzone Sb), Veteran-owned Small Business (vosb), Service Disabled Veteran Owned Small Business (sdvosb), And If Applicable, Historically Black Colleges Or Universities And Minority Institutions (hbcu/mi) In Performance Of This Contract, Whether As A Joint Venture, Teaming Arrangement, Or Subcontractor. The Government Will Evaluate Proposals Based On: (a) Past Performance In Utilization Of Small Business Concerns, And (b) Participation Of Small Business Concerns For This Requirement. In Support Of (a), All Firms Shall Provide Historical Data On Utilization Of Sb, Sdb, Wosb, Hubzone Sb, Vosb, Sdvosb And Hbcu/mi. Large Businesses Shall Submit Three Final Or Most Recent Individual Subcontracting Reports (isrs) For Similar Contracts Of Relative Size Which Show Compliance With Utilizing The Various Types Of Small Business Firms Noted Above. If Isrs Are Not Final Or Most Recent They Will Not Be Considered. If Subcontracting Goals Were Not Met, Provide An Explanation. If Individual Subcontracting Reports Were Not Applicable To The Similar Contracts Noted, Large Businesses Shall Submit Other Documentation Which Shows Their Utilization Of The Various Types Of Small Business Firms For The Contracts. Small Businesses Shall Also Submit Documentation Which Shows Their Utilization Of The Various Types Of Small Business Firms For Similar Contracts Of Relative Size. In Support Of (b), Large Businesses Shall Submit A Draft Small Business Subcontracting Plan, In Which They Will Be Evaluated On The Extent To Which They Identify And Commit To The Published Small Businesssubcontracting Program. The Secretary Of The Navy Has Assigned The Naval Facilities Engineering Command Goals For Fy2024 In Terms Of Percentages Of Total Planned Subcontracting Dollars For Utilization Of Small Businesses. Demonstrate The Plan To Meet These Goals:program fy24 Subcontracting Targetssmall Business (sb) 40%hubzone Small Business (hubzone Sb) 3%small Disadvantaged Business (sdb) 5%service-disabled Veteran-owned Small Business (sdvosb) 5%woman Owned Small Business (wosb) 5%veteran-owned Small Business (vosb) 5%if A Large Business Firm Is Selected For Award, A Small Business Subcontracting Plan, In Accordance With Far 19.7 And Dfar 219.7, Will Be Required And Incorporated Into The Contract Award. A Draft Small Business Subcontracting Plan Is Not Required From Small Businesses; However, Small Businesses Shall Submit Similar Information On The Extent To Which They Identify And Commit To Subcontracting To Large Business (lb), Sb, Sdb, Wosb, Hubzone Sb, Vosb, Sdvosb, And Hbcu/mi If Applicable In The Performance Of This Contract.the Small Business Size Standard Classification Is Naics 541330, Engineering Services, Size Standard $22.5m.the Attached Small Business Subcontracting Plan Template (attachment (b)) Shall Be Used By Large Businesses To Complete The Draft Subcontracting Plan. Firms Shall Submit Their Draft Small Business Subcontracting Plans Utilizing This Template, And Only This Template.criterion 8 ? Volume Of Work (sf330, Part 1, Section H) Firms Will Be Evaluated In Accordance With Dod Federal Acquisition Regulation Supplement (dfars) Procedures, Guidance And Information (pgi) 236.602-1, From Data Extracted From The Federal Procurement Data System (fpds). Firms Will Be Evaluated In Terms Of Work Previously Awarded To The Firm By Dod Within The Past Twelve Months With The Objective Of Effecting An Equitable Distribution Of Contracts Among Qualified A-e Firms Including Small, Disadvantaged Business Firms, And Firms That Have Not Had Prior Dod A-e Contracts.submission Requirements: Firms Do Not Submit Data For This Factor.sf330 Submission Requirements:architect-engineer Firms Desiring To Be Considered For This Contract Must Submit A Completed Sf-330 Package. The Sf-330 Shall Be Typed, One-sided, At Least 11-point Times New Roman Or Larger. Part I Shall Not Exceed 75 Single-sided 8.5 By 11 Inch Pages (the Page Limit Does Not Include Isrs, Certificates, Ppqs, Licenses, Or The Draft Subcontracting Plan, As Required By The Small Business Subcontracting Criterion, Nor Does The Page Limit Include Cover Sheets, Dividers, Or Other Requested Documentation (e.g., Joint Venture Agreement, Proof Of Ae Firm Registration) Provided That These Do Not Contain Any Substantive Information Submitted In Response To The Synopsis Or Intended To Demonstrate The Qualifications Of The Firm). Part I Pages Shall Be Numbered Sequentially. The Organizational Chart May Be One Page Single Sided 11 By 17 Foldout, Using 11-point Font Or Larger (font Limitations Do Not Apply To Graphics, Captions Or Tables). Please Include Your Unique Entity Identifier, Cage And Tin Numbers In Block 30 Of The Sf-330.in Accordance With The Far 36.601-4(b), Contracts For Architect-engineer Services May Only Be Awarded To Firms Permitted By Law To Practice The Professions Of Architecture Or Engineering. Firms Must Submit Proof That They Are Permitted By Law As Required By Far 36.601-4(b). If A Firm Is In A Jurisdiction That Requires Ae Firm Registration, The Firm Must Provide Proof Of Registration. If A Firm Is In A Jurisdiction That Does Not Require Ae Firm Registration, The Firm Must Provide Proof Eligibility To Practice (e.g., A Summary Explaining Eligibility Under The Laws Of That Jurisdiction. Failure To Submit The Required Proof Could Result In A Firms Elimination From Consideration.firms Who Are Offering As A Joint Venture Shall Include With Their Sf330 Submission A Copy Of The Joint Venture Agreement. Failure To Include The Joint Venture Agreement May Result In The Firms Elimination From Further Evaluation.interested Parties Must Be Registered In System Of Award Management (sam) At Time Of Offer Submission And Must Remain Valid Through Award. If Sam Registration Lapses During The Solicitation And Evaluation Period, The Offer Will No Longer Be Eligible For Award. For Instructions On Registering In Sam, The Sam Website At Https://www.sam.gov. *offer Submission Is Defined As The Selected Firms Submission Of Rates. If Sam Registration Is Not Complete By The Time The Government Requests Submission Rates, The Government May Proceed To The Next Slated Firm To Negotiate And Award A Contract.vets 4212 Federal Contract Reporting. The Selected Firm Must Be Current With Dol Vets 4212 Reporting Requirements If Current Awards Are $150,000 And Above. For Vets 4212 Requirements See Https://www.dol.gov/agencies/vets/programs/vets4212.the Selected Firm Must Be Determined To Be Responsible In Accordance With Far Part 9.104-1 And May Be Requested To Provide Additional Documentation In Support Of An Affirmative Determination Of Responsibility.architect-engineer Firms That Meet The Requirements Described In This Announcement Are Invited To Submit An Electronic Sf-330 To Naval Facilities Engineering Command Nw. This Is Not A Request For Proposal.if An Sf 254/sf 255 Is Submitted For This Solicitation, It Will Not Be Reviewed Or Considered. As Required Above, Provide Verifiable Evidence That Your Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering (e.g., State Registration Number).hand-carried Or Mailed Sf-330s Will Not Be Accepted. Electronic Submissions Can Be No Larger Than 1.9 Gb Per File. Offerors Shall Ensure That The Government Has Received The Electronic Proposal Prior To The Date And Time Specified. Piee Solicitation Vendor Access Instructions Are Provided Via Enclosure 1. Emailed Submissions Will Not Be Accepted.submission Of Sf330s Will Be Via Solicitation Module Available Within Procurement Integrated Enterprise Environment (piee) At Https://wawf.eb.mil/piee-landing/. Instructions For Obtaining Access To And Using The Solicitation Module Will Be Provided In The A-e Synopsis.inquiries Concerning This Procurement Should Include Solicitation Number And Title And Be Forwarded Via Email: Grace Montero: grace.e.montero.civ@us.navy.mil With A Copy Tonancy Coffee: nancy.m.coffee.civ@us.navy.mil Submission Deadline Statements Of Qualifications Are Due No Later Than: 12:00 P.m. Pacific Standard Time (pst) On Monday, January 27, 2025.late Responses Will Be Handled In Accordance With Far 52.215-1 Instructions To Offerors-competitive Acquisition.this Is Not A Request For Proposal.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Details: Contact Information|4|n792.13|t2x|n/a|brian.t.kent.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo|source|tbd|n00383|tbd|tbd|see Schedule|tbd|||||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American--balance Of Payments Program (feb 2024)|1||
royalty Information (apr 1984)|1||
annual Representations And Certifications (jan 2025)|12|336413|1250|||||||||||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2|do-a1a ||
the Small Business Administration Representative At Navsup Wss Has Reviewed This Requirement And Determined That A Set-aside Recommendation Was Not Applicable For This Procurement.
this Rfq Is For Repair. Navsup Wss Requests That Contractors Submit A Quote That Includes Either A Firm-fixed Price Or Tt&e Pricing As Well As Estimate Costs To Repair This Item.
this Contract/delivery Order/purchase Order/modification Is Issued By The Government When Deposited In The Mail, Transmitted By Facsimile Or Sent By Any Electronic Commerce Method, Including Email. The Government's Acceptance Of The Contractor's Proposal
constitutes Bilateral Agreement To Issue This Contract/delivery Order/purchase Order/modification.
\
1. Scope
1.1 . Markings Shall Be In Accordance With Mil-std-130.
1.2 Pre-award / Post Award Requirements:
due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended.
1.3 . The Contractor Shall Include On The Detailed Process/operation Sheets Developed, (1) All In House Manufacturing Processes And (2) The Identity Of All Manufacturing Sources Performing Processes/operations Outside Their Facility. These Sheets Shall Not Be
revised Or Altered After The Successful Completion Of First Article Or Production Lot Testing Without Approval From The Basic Design Engineering Activity, Via The Pco.
1.4 . Unless Otherwise Specified, For Fabricated Parts, The Inspection
method Sheets/ Final Inspection Sheets Shall List The Characteristics
of Each Item Produced Under The Contract.
the Manufacturer Shall Be Required To Provide Certifications Of All Raw
material Including Castings And Forgings. The Material Source Shall Be
identified And The Documentation Shall Be Able To Identify The Customer
and/or Contract Number. The Manufacturer Shall Maintain All Raw Material
documentation For A Minimum Of Ten (10) Years.
the Contractor Is Responsible For Providing Completed Inspection Method Sheets/final Inspection Sheets Showing The Actual Dimensions Taken For
all Characteristics,in Addition, Critical Characteristics Shall Be
annotated.
1.5 The Components Being Acquired Under This Solicitation Have Been Classified As Flight Critical Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved
will Be Eligible For Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request To The Contracting Officer, Naval Inventory Control Point, (see Block 10 Of The
sf33 For Name And Code). The Source Approval Request Shall Contain The Following Documentation And Shall Be Submitted By The Closing Date Of This Solicitation:
(a) Copy Of Complete Configuration Drawings For A Similar Item(s) Which Your Company Has Produced Within The Past Three Years, Including Test Procedures For Which Your Company (1) Has Been Qualified To Manufacture And (2) Which Is Similar, I.e., Requires The
same Materials, Manufacturing Processes, Inspections, Tolerances And Similar Application As The Item(s) For Which You Are Seeking Approval.
(b) Copy Of The Complete Process/operation Sheets Used To Manufacuture The Similar Item, Including But Not Limited To, Detailed Shop Sketches. These Plans Must Note Those Operations And Processes Performed By Subcontractors/ Vendors.
(c) Complete Copies Of Purchase Orders, Shipping Documents, Etc. That Document Delivery Of Production Quantities Of The Part To The Original Equipment Manufacturer Or Military Service. Provide The Most Recent Copies Of The Documents.
(d) A Detailed Comparative Analysis Of The Differences/similarities Between The Similar Part And The Part(s) For Which You Are Seeking Approval. This Analysis Should Include Materials, Configuration, Tolerances, Process Requirements, Dimensions, Castings,
forgings, Etc.
(e) Copy Of Inspection Method Sheets Used In The Manufacturing And At Final Inspection. These Sheets Should Include Actual Tolerance, Print Requirements, Inspection Devices, Sources Performing The Operation And Level Of Inspection. Critical Characteristics
should Be Discernible From All Other Characteristics.
the Above Requirements Are A Subset Of Requirements Specified In The Aso
source Approval Information Brochure Dated January 1995. The Submission Of This Data Subset Is Contingent Upon And In Consideration Of The Submitting Contractor Meeting All Other Requirements Specified In This Solicitation To Include A Bilateral Agreement With
mda Which Includes Availability Of Complete Data, Mrb Disposition, Etc. Any Company Not Having Such Agreement, But Desiring To Seek Engineering Source Approval, Will Be Required To Submit Data Meeting All Requirements Of The Aso/navicp Source Approval
brochure.
1.6 The Material Covered In This Contract/purchase Order Will Be Used In A
crucial Shipboard System Enabling The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems Or Loss Of Aircraft. Therefore,the Material Has Been
designated As Critical Material And Special Control Procedures Are Invoked
to Ensure Receipt Of Correct Material.
1.7 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;619447; Drawing Number ( ;80020; ) ;m; , Revision ;nawc Lakehurst; And All Details And Specifications Referenced Therein.
1.8 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be
provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification.
1.9 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c.
2. Applicable Documents
drawing Data=619447 |80020| M| |c| | | |
3. Requirements
unique Requirements:
a. All Records Pertaining To Alre Cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Techincal Authority. All Records Shall Be Maintained By Lke Qa And By The Manufacturer For A Period Of Seven Years.
b. This Overhaul/repair Tdr Is Requiring The Submission Of Data Covering All Parts Components And Assemblies,including Material Certifications, Non-destructive Inspection Process Data, Welding Procedures/qualifications(as Applicable), Etc. Submission Of Certain
data May Be Rendered Inapplicable, Contingent Upon Items Being Either Overhauled Or Replaced, Based On Its Conditition And Per The Guidelines Of Approved Overhaul/repair Procedures.
4. Quality Assurance
4.1 Review Documentation As Provided Under Dd 1423 Requirements.
4.2 Critical Manufacturing Processes
( ;n/a; ) Heat Treat
( ;n/a; ) Welding
( ;n/a; ) Cadmium Plating
( ;n/a; ) Engineering Chrome Plating
( ;n/a; ) Nickel Chrome Plating
( ;n/a; ) Casting(s)
( ;n/a; ) Forging(s)
( ;n/a; ) Mpr (material Processing Requirements)
4.3 The Test To Be Performed Under The First Article Approval Clause (far 52.209-3) Of The Contract Are Listed Below
4.3.1 Dimensional Test (special) ;close Machine Tolerances;
4.3.2 Requirements Of: ;lke Drawing Package;
4.3.3 Form ;applies;
4.3.4 Fit ;n/a;
4.3.5 Function ;n/a;
4.3.6 Compliance With Drawing ( ;80020; ) ;m; , Revision ;applies; And Specifications Referenced Therein.
4.4 In Addition To The Above Tests, The First Article(s) To Be Inspected Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With The Contract Requirements
4.5 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Inspection
4.6 The Contractor Shall Notify The Pco, Aco, And Qar Fourteen (14) Days Prior To Conducting The First Article Test So That The Government May Witness Such Testing.
4.6.1 The Qar Shall Be Present To Witness All First Article Testing.
4.6.2 The Following Additional Personnel Shall Witness The First Article Testing: ;applies;
4.7 Disposition Of Fat Samples
4.7.1 ;n/a; Sample(s) May Be Destroyed During Testing.
4.7.2 ;applies; Unless Otherwise Provided For In The Contract, Sample(s) Shall Remain At The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The
sample(s) Have Inspection Approval Of The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment.
4.8 Test Sample Coating Instructions
4.8.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative If Required.
4.9 Notice To Government Of Testing At The Contractors Facility.
4.9.1 Far 52.209-3 Applies
(a) The Contractor Shall Present ;one; ; Unit(s) Of The Following Cage( ;80020; ; ), Part Number ;619447-2; ; , Revision ;m; ; As Specified In This Contract. At Least Fourteen (14) Calendar Days Before The Beginning Of The First Article Testing, The Contractor
shall Notify The Contracting Officer, In Writing, Of The Time And Location Of The Testing So That The Government May Witness The Tests.
(b) The Contractor Shall Submit The First Article Test Report Within 15 Calendar Days From The Date Of Testing To: ;peter Schoerner Nawc Qa At Fax (732) 323-1381.; ;
the Contractor Shall Mark The Report "first Article Test Report" And Cite The Contract Number And Lot/item Number. Review Documentation As Provided Under The Dd1423 Requirements.
(c) Within 45 Calendar Days After The Government Inspects The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional
approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The
contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval.
(d) If The First Article Is Disapproved, The Contractor, Upon Government Request Shall Repeat Any Or All First Article Tests. After Each Request For Additional Tests, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First
article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Then Conduct The Tests And Deliver Another
report To The Government Under The Terms And Conditions And Within The Time Specified In Paragraph B Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any
additional Costs To The Government Related To These Tests.
(e) If The Contractor Fails To Present Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract.
(f) Unless Otherwise Provided In The Contract, And If The Approved First Article Is Not Consumed Or Destroyed In Testing, The Contractor May Deliver The Approved First Article As Part Of The Contract Quantity If It Meets All Contract Requirements For
acceptance.
(g) If The Government Does Not Act Within The Time Specified In Paragraph (c) Above The Contracting Officer, Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates
and/or The Contract Price, And Any Other Contractual Term Affected By The Delay.
(h) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Or, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be
allocated To This Contract For 1) Progress Payments, Or 2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government. The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts, And Repair
of The First Article During Any First Article Test.
(i) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To The Effect With Each First Article.
(j) The Test Report (2 Copies) Shall Be In Accordance With Mil-std-831, Unless Otherwise Specified On The Dd1423, And Shall Be Submitted Via The Cognizant Dcmc To Navsup, Attn: (cite Name And Code In Block 10.a Of The Sf33). The Dcmc Shall Provide Comments On
form Dd1222 (2 Copies) Which Shall Be Forwarded With The Test Report. Approval Of The Test Report Is The Pco's Responsibility. Upon Notification Of Approval, Condition Approval, The Aco Shall Execute The Dd250 To Indicate Government Acceptance Of The Test
report.
4.10 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate)
(a) Unless Otherwise Specified In The Solicitation, Navsup Wss Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The
original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That:
(i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And
(ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run.
additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That:
(i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer,
and
(ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause.
(note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States
code, Section 1001.)
(b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And
one That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First
article Approval Requirements
(c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The
government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule
he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements)
within Days:
item No. _____________ Quantity:_______ After Date Of Contract:_________
4.11 Final Inspection Requirement:due To The Critical Nature Of This Item, Representatives Of The Buying
office/and The Cognizant Field Activity, Nawc Lakehurst, Shall Be Notified By The Successful Contractor At Least 14 Days Prior To Presentation To The Dcm Qar Of The Items For Final Inspection So That They May Have The Option Of
witnessing The Final Inspection. The Contractor Shall Notify By Email Or
telefax Pco And Nawc Lakehurst Qa ;roy Janney Nawc Qa Fax (732) 323-1381.; To Arrange For The Final Inspection.the Authority Of The Qar Shall Not Be Abrogated. If The Notification Is Not Given To Both Sites Then The Qar Shall Not Accept The Units.
4.12 . Mandatory Inspection Requirements:
100% Procurement Contracting Officer (pco) Mandatory Inspection Is Required And Shall Be Accomplished At Source Under The Surveillance And Final Approval Of The Cognizant Dcmao Quality Assurance Representative (qar).
during Production, Mandatory Inspection Is Required To Be Accomplished By The Contractor As Follows: A. Level Of Inspection (loi). 1. Critical Characteristics: 100% Inspection Shall Apply. 2. Major And Minor Characteristics: Loi Shall Be In Accordance With A Sampling Plan Acceptable To The Qar. B. Critical Characteristics: ;all Actual Dimensions Of Any Major Or Critical Characteristics Shall Be Recorded. The Ambeint Temperature Shall Be Recorded At Time Measurements Are Taken. Certifications To Be On File For A Minimum Of Seven Years After Delivery; C. Major And Minor Characteristics 1. Shall Be Defined By The Contractor Subject To Qar Concurrence, Unless Defined On Applicable Drawings And Associated Specifications.
4.13 Special Inspection Requirements
( ;n/a; ) Magnetic Particle Inspection
( ;applies; ) Surface Inspection
( ;n/a; ) Penetrant Inspection
( ;n/a; ) Radiographic Inspection
( ;n/a; ) Ultrsonic Inspection
( ;applies; ) High Shock Test
( ;applies; ) Mechanical Vibration Test
quality Assurance Requirements
1. First Article Testing:
the Contractor Shall Conduct First Article Testing On This Item Of Alre/se And Must Address All Elements Listed Below And Prepare A First Article Test Report Documenting The Outcome. Unless Otherwise Specified,the Report And Its Acceptance Shall Be Per The
provisions Of The Applicable Contract Data Requirements List (cdrl).
a. Requirements:
i. First Article Quantity Is One (1); In Uncoated Condition.
ii. The First Article Shall Be Available For Government Quality Assurance Representative (qar) Evaluation Per The Contract Schedule. The Evaluation Shallbe Conducted In The Presence Of The Government Personnel. Accordingly, The Contractor Shall Allow Time To
arrange For Nawc Participation In Accordancewith The "nawcadlke Inspection Witness Option";
iii. The Contractor Shall Provide Facilities And Personnel Sufficient To Conduct All Necessary Tests To Establish Conformance;
iv. The Contractor Shall Have Available For Review All Certificationstest Reports, In-process Inspection Documents Needed To Substantiateproduct Quality; This Same Documentation Shall Also Be Included In The Firstarticle Test Report;
v. The Contractor Shall, At The Time Of First Article, Have Corrected Any Problem Areas Deemed Significant And Documented As Deficient By The Government Quality Assurance Representative (qar) Within His/her Quality Assurance System Not Previously Identified
during Prior Evaluations And/or Surveys; Any Problems Identified During The Conduct Of The Test Will Also Require Correction.
b.testing And Evaluation:
the Contractor Shall Accomplish 100% Inspection And/or Testing Of All Critical,major, And Minor Dimensions And/or Requirements Identified In The Drawings,drawing Notes, And Process And Fabrication Specifications.
results Shall Consist Of Actual Dimensions, Measurements, And Test Outcomes And Included In The First Article Test Report. Attributes For Hardness And Non-destructive Testing Shall Be In-spected 100%.
c.acceptance/reject Criteria:
satisfactorily Meeting All Requirements Cited In Paragraph 7a And Satisfactorily Demonstrating 100% Con-formance To The Test And Evaluation Elements Cited In Paragraph 7.b Shall Constitute Acceptance Of The First Article;
ii.failure To Meet Any Of The Conditions In Paragraph 7.a And 7.b Shall Be Cause For Rejection.
d.delivery:
the Accepted First Article Exhibit May Be Delivered And Counted Along With The Contract Production Quanti-ties Providing The Item Has Not Been Damaged During Testing, And Has Been Found To Be Conforming;
ii.the Contractor Is Responsible For Preparing The First Article Test Report In Accordance With Cdrl's.
2. Production Lot Special Tests: N/a
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
this Is A Alre Critical Application Item. For Drawing Updates, See Attached Nawc Lke Drawing Update Sheet.
(for Navsup Refernce Only) Tdr 21-10032a Repair Tdr Tdr 24-10132 Procurement Tdr. The Components Being Acquired Under This Solicitation Have Been Classified As "critical" Requiring Engineering Source Approval By Naval Air Systems Command Only Those Companies Who Have Submitted & Been Approved Will Be Eligible For Award Under This Solicitation. Any Company May Submit A Source Approval Request As Outlined In This Solicitation.
all Records Pertaining To Alre Cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Technical Authority. All Records Shall Be Maintained By Lke Qa And By The Manufacturer For A Period Of Seven Years. date Of First Submission=asreq
data Requirements:
(as Required Based On Repair Or Overhaul Process/procedure)
a. Copies Of All Approved Requests For Variations.
b. Material Certifications Per Drawing 619447.
c. Dimensional Inspection Per Drawing 619447.
d. Part Identification Per Drawing 619447.
e. Material And Mill Certification Per Drawing 619447
f. Evidence Of Compliance To Operational Requirements In Note 1 Of Drawing 619447
g. Hydrostatic Test Per Note 5 Of Drawing 619447.
h. Leakage Test Per Note 6 Of Drawing 619447.
i. Life Test Per Note 7 Of Drawing 619447 Or Copy Of Last Certification And Statement Of No Change In Design, Material And Manufacture Methods.
j. Environmental Test Per Note 8 Of Drawing 619447 Or Copy Of Last Certificatioand Statement Of No Change In Design, Material And Manufacture Methods.
k. Shock And Vibration Test Per Note 9 Of Drawing 619447 Or Copy Of Last Certifacation And Statement Of No Change In Design, Material And Manufacture Methods.
l. Maintenance And Repair Instruction Manual Per Note 3 Of Drawing 619447.
m. Preservation And Packaging Per Drawing 619447.
n. 100% Inspect, And Record The Readings For The Pitch And Functional Diameters And Document That The Inspection Results Are Acceptable And Are Iaw System 22 Of Fed-std-h28/20 Per Drawing 619447. date Of First Submission=asreq
16. Remarks/data Requirements: (as Required Based On Repair Or Overhaul Process/procedure)
a. Copies Of All Approved Requests For Variations.
b. Material Certifications Per Drawing 619447.
c. Dimensional Inspection Per Drawing 619447.
d. Part Identification Per Drawing 619447.
e. Material And Mill Certification Per Drawing 619447.
f. Evidence Of Compliance To Operational Requirements In Note 1 Of Drawing 619447
g. Hydrostatic Test Per Note 5 Of Drawing 619447.
h. Leakage Test Per Note 6 Of Drawing 619447.
i. Life Test Per Note 7 Of Drawing 619447 Or Copy Of Last Certification And Staof No Change In Design, Material And Manufacture Methods.
j. Environmental Test Per Note 8 Of Drawing 619447 Or Copy Of Last Certificatioand Statement Of No Change In Design, Material And Manufacture Methods.
k. Shock And Vibration Test Per Note 9 Of Drawing 619447 Or Copy Of Last Certification And Statement Of No Change In Design, Material And Manufacture Methods.
l. Maintenance And Repair Instruction Manual Per Note 3 Of Drawing 619447.m. Preservation And Packaging Per Drawing 619447.
n. 100% Inspect, And Record The Readings For The Pitch And Functional Diametersand Document That The Inspection Results Are Acceptable And Are Iaw System22 Of Fed-std-h28/20 Per Drawing 619447.
Stadt Frankfurt Oder , Bereich Des Oberb Rgermeisters, Rechtsamt, Zentrale Vergabestelle Tender
Other Consultancy Services...+1Consultancy Services
Germany
Closing Date16 Jan 2025
Tender AmountRefer Documents
Details: Creation of a concept for the provision of needs-based housing for people in need of care and their relatives in the city of Frankfurt (or) As part of the Care Pact and the Local Care Funding Program of the State of Brandenburg, a report on the provision of needs-based housing for people in need of care and their relatives in the city of Frankfurt (or) is to be prepared by June 30, 2025. The basis is a well-founded assessment of the current situation and future trends to be expected in the city of Frankfurt (or) with regard to the housing situation of people in need of care and senior citizens. It should be noted that extensive data is already available in the form of the population forecast, a senior citizen survey, care structure planning and the plan for senior citizens. Particular attention should be paid to - the housing wishes of senior citizens, - generational change, - the different developments in the districts and the city center, - information on age-appropriate housing stock and - the affordability of housing. Building on this, goals and strategies for age-appropriate housing provision in Frankfurt (Oder) are to be developed.
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Housekeeping Services
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
Details: Amendment 0002 (02/18/2025): Additional Q&aadditional Q&a Is Incorporated Into The "revised Solicitation Q&a" Document.end Of Amendment 0002.amendment 0001 (02/14/2025): Correction To Sow And Q&athe Responsibility For Supplies Is Hereby Corrected To The Contractor. The Contractor Shall Furnish All Supplies Required To Perform The Scope Of Work As Designated Within The Sow.solicitation Q&a Is Also Uploaded And Attached.end Of Amendment 0001.the Incumbent Contract Was Awarded To Eco-friendly Cleaning Specialist For An Aggregate Of $68,726.40.combined Synopsis/solicitationnon-personal Janitorial Services For The National Weather Service (nws), Weather Forecast Office (wfo) Located In Wakefield, Va(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 1305m325q0061.(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 561720. The Small Business Size Standard Is $22.0 Million. (v) this Combined Solicitation/synopsis Is For Purchase Of The Following Commercial Services:clin 0001 – Base Year (quantity 12 Months)services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Janitorial Services At The National Weather Service (nws), Weather Forecast Office (wfo) In Wakefield, Va, In Accordance With The Statement Of Work. Period Of Performance 04/01/2025 Through 03/31/2026.unit Price (per Month): ___________ annual Total: _____________clin 1001 – Option Year 1 (quantity 12 Months)services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Janitorial Services At The National Weather Service (nws), Weather Forecast Office (wfo) In Wakefield, Va, In Accordance With The Statement Of Work. Period Of Performance 04/01/2026 Through 03/31/2027.unit Price (per Month): ___________ annual Total: _____________clin 2001 – Option Year 2 (quantity 12 Months)services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Janitorial Services At The National Weather Service (nws), Weather Forecast Office (wfo) In Wakefield, Va, In Accordance With The Statement Of Work. Period Of Performance 04/01/2027 Through 03/31/2028.unit Price (per Month): ___________ annual Total: _____________clin 3001 – Option Year 3 (quantity 12 Months)services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Janitorial Services At The National Weather Service (nws), Weather Forecast Office (wfo) In Wakefield, Va, In Accordance With The Statement Of Work. Period Of Performance 04/01/2028 Through 03/31/2029.unit Price (per Month): ___________ annual Total: _____________clin 4001 – Option Year 4 (quantity 12 Months)services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Janitorial Services At The National Weather Service (nws), Weather Forecast Office (wfo) In Wakefield, Va, In Accordance With The Statement Of Work. Period Of Performance 04/01/2029 Through 03/31/2030.unit Price (per Month): ___________ annual Total: _____________aggregate Total For All Years: ________________________(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 2015-4313, Revision No. 28, Dated 12/23/2024, 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 04/01/2025 Through 03/31/2026.option Period 1 For A Twelve Month Period 04/01/2026 Through 03/31/2027.option Period 2 For A Twelve Month Period 04/01/2027 Through 03/31/2028.option Period 3 For A Twelve Month Period 04/01/2028 Through 03/31/2029.option Period 4 For A Twelve Month Period 04/01/2029 Through 03/31/2030.place Of Performance Is 10009 General Mahone Highway, Wakefield, Va 23888.(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 Friday, February 21, 2025. All Quotes Must Be Submitted Electronically Via Email To Stephanie.mas@noaa.gov.(xvi) Any Questions Regarding This Solicitation Should Be Submitted Electronically Via Email To Stephanie.mas@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 Stephanie.mas@noaa.gov. Questions Should Be Received No Later Than 12:00pm Mst/mdt On Friday, February 14, 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 Ron Boyle At 757-899-5733 Or Ron.boyle@noaa.gov To Set Up A Time To Visit The Site. All Questions During The Site Visit Should Be Submitted Electronically To Stephanie.mas@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 Stephanie.mas@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. pricethe 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). The Evaluation Will Consider The Non-price Technical Solution (technical Approach And Past Performance) To Be Significantly More Important Than Price. However, As Quotes Are Determined To Be More Equal In The Non-price Evaluation Factor, Price Becomes More Important And May Become The Determining Factor For Award. If, At Any Stage Of The Evaluation, All Vendors Are Determined To Have Submitted Equal, Or Virtually Equal, Non-price Technical Solutions, Price Could Become The Factor In Determining Which Vendor Will Receive The Award.the Government Intends To Evaluate The Quotes And Award A Purchase Order Based On The Offeror’s Initial Quote; Therefore, The Offeror’s Initial Quote Should Contain The Offeror’s Best Terms From A Non-price Technical Solution And Price Standpoint. The Government Reserves The Right Not To Award A Purchase Order Depending On The Quality Of The Quote(s) Submitted And The Availability Of Funds. Furthermore, The Government May Waive Informalities And Minor Irregularities Or Omissions In Quotes Received.the Government May Make Award To Other Than The Lowest-priced Offeror Or The Offeror With The Highest Technical Rating If The Contracting Officer Determines That To Do So Would Result In The Best Value To The Government. The Government Will Not Make An Award At A Significantly Higher Overall Price To Achieve Only Slightly Superior Performance Capability. (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 Approach And Capability. The Offeror’s Overall Technical Approach Will Be Evaluated To Assess The Government's Level Of Confidence In The Offeror’s Understanding Of, Approach To, And Ability To Successfully Perform The Requirements As Described In The Statement Of Work. Provide A Detailed Description Of The Company’s Experience Performing Similar Services. A Detailed Technical Approach Write-up Describing How The Offeror Will Perform This Service Is Required To Be Submitted With The Quote Regardless Of Whether A Site Visit Was Made Or Not. The Technical Approach Write-up Must Not Be A Reiteration Of The Statement Of Work, But How Your Company Plans On Performing The Tasks Listed In The Attached Statement Of Work. (i.e. Performance Checklists, Anticipated Number Of Employees, Anticipated Hours At The Facility And/or Confirmation Of Supplies Being Provided, Etc.)2. past Performance. 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 Stephanie.mas@noaa.gov 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.1. price. The Government Will Evaluate The Price Quote For Completeness And Reasonableness In Relation To The Rfq Requirements. Quoted Prices Must Be Entirely Compatible With The Non-price Technical Solution.the Government Intends To Award A Trade-off, Single 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)
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Housekeeping Services
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
Details: Amendment 0003 (01/01/2025): Solicitation Q&asee Attachment "solicitation Q&a" For All Responses To Inquiries Submitted By The Due Date/time.end Of Amendment 0003.amendment 0002 (12/19/2024): Solicitation Extendedthe Solicitation Due Date And Time Is Hereby Extended To Friday, January 17, 2024 At 12:00pm Mst/mdt Due To Limited Availability For Site Visits During The End Of The Calendar Year.end Of Amendment 0002amendment 0001 (12/19/2024): Incumbent Informationthe Incumbent Contract Was Awarded To Superior Janitorial Group Llc For An Aggregate Of $70,620.00.end Of Amendment 0001combined Synopsis/solicitationnon-personal Janitorial Services For National Weather Service (nws), Weather Forecast Office (wfo) Located In Tallahassee, Fl(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 1305m325q0035.(iii) the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01 (nov 2024).(iv) this Solicitation Is Being Issued As A Total Small Business Set-aside. The Associated Naics Code Is 561720. The Small Business Size Standard Is $22.0 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 Janitorial Services At The National Weather Service (nws), Weather Forecast Office (wfo) In Tallahassee, Fl, In Accordance With The Statement Of Work. Period Of Performance 03/01/2025 Through 02/28/2026.quantity: 12 Months unit Price (per Month): ___________ annual Total: ______________clin 1001 – Option Year 1services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Janitorial Services At The National Weather Service (nws), Weather Forecast Office (wfo) In Tallahassee, Fl, In Accordance With The Statement Of Work. Period Of Performance 03/01/2026 Through 02/28/2027.quantity: 12 Months unit Price (per Month): ___________ annual Total: ______________clin 2001 – Option Year 2services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Janitorial Services At The National Weather Service (nws), Weather Forecast Office (wfo) In Tallahassee, Fl, In Accordance With The Statement Of Work. Period Of Performance 03/01/2027 Through 02/29/2028.quantity: 12 Months unit Price (per Month): ___________ annual Total: ______________clin 3001 – Option Year 3services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Janitorial Services At The National Weather Service (nws), Weather Forecast Office (wfo) In Tallahassee, Fl, In Accordance With The Statement Of Work. Period Of Performance 03/01/2028 Through 02/28/2029.quantity: 12 Months unit Price (per Month): ___________ annual Total: ______________clin 4001 – Option Year 4services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Janitorial Services At The National Weather Service (nws), Weather Forecast Office (wfo) In Tallahassee, Fl, In Accordance With The Statement Of Work. Period Of Performance 03/01/2029 Through 02/28/2030.quantity: 12 Months unit Price (per Month): ___________ annual Total: ______________aggregate Total For All Years: ________________________(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 2015-4569, Revision No. 24, Dated 07/22/2024, 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 03/01/2025 Through 02/28/2026.option Period 1 For A Twelve Month Period 03/01/2026 Through 02/28/2027.option Period 2 For A Twelve Month Period 03/01/2027 Through 02/29/2028. Option Period 3 For A Twelve Month Period 03/01/2028 Through 02/28/2029. Option Period 4 For A Twelve Month Period 03/01/2029 Through 02/28/2030. Place Of Performance Is 1017 Academic Way, Tallahassee, Fl 32306.(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 (nov 2024), 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 Friday, January 3, 2025. All Quotes Must Be Submitted Electronically Via Email To Stephanie.mas@noaa.gov.(xvi) Any Questions Regarding This Solicitation Should Be Submitted Electronically Via Email To Stephanie.mas@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 Stephanie.mas@noaa.gov. Questions Should Be Received No Later Than 12:00pm Mst/mdt On Friday, December 27, 2024. 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 Jennifer Nichols At 850-942-8833 Ext. 222 Or Jennifer.nichols@noaa.gov To Set Up A Time To Visit The Site. All Questions During The Site Visit Should Be Submitted Electronically To Stephanie.mas@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 Stephanie.mas@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. pricethe 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). The Evaluation Will Consider The Non-price Technical Solution (technical Approach And Past Performance) To Be Significantly More Important Than Price. However, As Quotes Are Determined To Be More Equal In The Non-price Evaluation Factor, Price Becomes More Important And May Become The Determining Factor For Award. If, At Any Stage Of The Evaluation, All Vendors Are Determined To Have Submitted Equal, Or Virtually Equal, Non-price Technical Solutions, Price Could Become The Factor In Determining Which Vendor Will Receive The Award.the Government Intends To Evaluate The Quotes And Award A Purchase Order Based On The Offeror’s Initial Quote; Therefore, The Offeror’s Initial Quote Should Contain The Offeror’s Best Terms From A Non-price Technical Solution And Price Standpoint. The Government Reserves The Right Not To Award A Purchase Order Depending On The Quality Of The Quote(s) Submitted And The Availability Of Funds. Furthermore, The Government May Waive Informalities And Minor Irregularities Or Omissions In Quotes Received.the Government May Make Award To Other Than The Lowest-priced Offeror Or The Offeror With The Highest Technical Rating If The Contracting Officer Determines That To Do So Would Result In The Best Value To The Government. The Government Will Not Make An Award At A Significantly Higher Overall Price To Achieve Only Slightly Superior Performance Capability. (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 Approach And Capability. The Offeror’s Overall Technical Approach Will Be Evaluated To Assess The Government's Level Of Confidence In The Offeror’s Understanding Of, Approach To, And Ability To Successfully Perform The Requirements As Described In The Statement Of Work. Provide A Detailed Description Of The Company’s Experience Performing Similar Services. A Detailed Technical Approach Write-up Describing How The Offeror Will Perform This Service Is Required To Be Submitted With The Quote Regardless Of Whether A Site Visit Was Made Or Not. The Technical Approach Write-up Must Not Be A Reiteration Of The Statement Of Work, But How Your Company Plans On Performing The Tasks Listed In The Attached Statement Of Work. (i.e. Performance Checklists, Anticipated Number Of Employees, Anticipated Hours At The Facility And/or Confirmation Of Supplies Being Provided, Etc.)2. past Performance. Quote Shall Include At Least Two References From At Least Two Separate Contracts For Similar And Relevant Services 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 Those References Provided By The Offeror In Their Submission, And Email The Completed Survey Form Directly To Stephanie.mas@noaa.gov 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 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.3. price. The Government Will Evaluate The Price Quote For Completeness And Reasonableness In Relation To The Rfq Requirements. Quoted Prices Must Be Entirely Compatible With The Non-price Technical Solution.the Government Intends To Award A Trade-off, Single 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)
EllisDon Construction Services Inc Tender
Aerospace and Defence
Canada
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: Advanced Procurement Notice Future Fighter Capabilities Project (ffcp) Cfb Cold Lake, Ab (with Security Requirements) Purpose Of This Advanced Procurement Notice This Is Not A Bid Solicitation. This Is An Advanced Procurement Notice (apn) Of Potential Contracts With Anticipated Security Requirements To Provide Interested Contractors, Suppliers, And Vendors An Opportunity To Begin The Sponsorship Request Process For Potentially Obtaining The Required Security Clearance(s) That Are Anticipated. Note That There Is No Guarantee That These Contracts Will Proceed Or That Any Security Clearance(s) Will Be Granted Under The Sponsorship Process In A Timely Fashion Or Otherwise. Description Of The Project Ellisdon Construction Services Inc. (ellisdon) As The Design Builder, Along With Its Design Partner, Stantec Have Been Contracted To Provide Design Services And Constructability Oversight To Complete The Design Of The Royal Canadian Air Force (rcaf) Infrastructure That Will Support The Future Fighter Capability Project (ffcp). The Infrastructure Will Provide Shelter And A Working Environment Capable Of Supporting The Operation And Maintenance Of A Yet To Be Determined Advanced Fighter Aircraft. Design Has Progressed Significantly With Various Tender Packages Forthcoming Tentatively To Start In Q3 2024, With Project Construction Being Conditional On The Project Receiving Approval To Proceed From Dnd. details On Upcoming Projected Tender Packages To Follow Via Amendment. Prior To This, Ellisdon Is Seeking Interested Parties Consisting Of Trade Contractors, Vendors, And Suppliers To Ensure That They Have All Necessary Security Clearances In Place Prior To This As This Is A Requirement For This Project. Description Of The Scope Of Works Project Construction Is Conditional On The Project Receiving Approval To Proceed From Dnd. Project Scope And Summary Are Noted Below. Contract Number: 71947 Title: Modified Design Build Services For Fighter Squadron Facility Building Size: Approximately 555,000 Sf Anticipated Posting Date: q3 2024 Description: construction Of A New A Fighter Squadron Facility Consisting Of Two Fully Operational tactical Fighter Squadrons (tfs) And The Operational Training Unit (otu), including But Not Limited to: Offices, Administrative Spaces, Mission Planning Rooms, Briefing / De-briefing Rooms, Meeting rooms, Classrooms, Auditorium, Speciality Training Rooms Including Simulators (sims) accommodations And Part-task Trainers Accommodations, Hangars, Maintenance Bay Facilities, specialty Aircraft Maintenance Labs, Shops And Storage, It Offices And Server Rooms, Building support Spaces, And Common Spaces. This Work Package Will Also Include The Construction Of Nearby Airfield Pavements, Apron And Taxiway Access Lane Edge Lighting, And Apron Flood Lighting consisting Of Concrete And Asphalt. Construction Of Infrastructure Will Encompass The Following Scopes Of Work. Scope Of Work, Using Masterformat Divisional Breakdown As A Reference, May Include, But Are Not Limited To: Masterformat Division Scope Of Work 01 45 00 Surveying 01 45 00 Material Testing 01 45 00 Third Party Inspection (roof, Structural, Geotechnical) 01 52 00 Temporary Facilities (trailers, Toilets, Fencing, Waste Bins) 01 54 19 Tower Cranes 01 54 23 Scaffolding 02 41 19 Selective Demolition 03 11 00 Concrete Formwork 03 15 00 Concrete Accessories 03 20 00 Reinforcing Steel 03 30 00 Concrete Supply 03 35 00 Concrete Placing & Finishing 03 45 00 Precast Specialties 04 00 00 Masonry 05 10 00 Structural Steel 05 30 00 Metal Decking 05 50 00 Miscellaneous Steel 05 70 00 Ornamental (specialized) Metals 06 20 00 Millwork / Architectural Woodwork 07 10 00 Damp Proofing & Waterproofing 07 40 00 Metal Roofing, Cladding & Siding 07 50 00 Membrane Roofing 07 80 00 Firestopping & Fireproofing 07 90 00 Caulking 08 10 00 Openings – Doors, Frames & Hardware 08 33 00 Coiling Doors & Grilles 08 34 16 Hanger Doors 08 35 00 Folding Doors & Grilles 08 36 00 Overhead Doors 08 40 00 Aluminum Entrances, Storefronts & Curtain Wall 08 80 00 Glazing 08 87 00 Window Film 09 21 16 Gypsum Board Assemblies 09 51 14 Acoustic Panels 09 60 00 Flooring 09 66 00 Tiling 09 67 00 Fluid Applied Flooring 09 69 00 Access Flooring 09 90 00 Painting 10 11 00 Visual Display Boards 10 14 00 Signage 10 22 19 Demountable Partitions 10 26 00 Wall, Corner, Door Protection 10 28 00 Bathroom Accessories & Toilet Partitions 10 51 00 Lockers 10 75 00 Flagpoles 11 30 00 Appliances 11 61 00 Theater And Stage Equipment 11 66 00 Athletic Equipment 11 81 29 Fall Arrest Systems 11 98 00 Detention Equipment 12 00 00 Furnishings 12 20 00 Window Coverings 14 20 00 Elevator & Lifts 21 00 00 Fire Suppression 22 00 00 Mechanical – Plumbing 23 00 00 Mechanical – Heating, Ventilation And Air Conditioning (hvac) 25 00 00 Integrated Automation 26 00 00 Electrical 28 10 00 Access Control 31 00 00 Earthworks 31 60 00 Piling 32 10 00 Paving 32 16 00 Sidewalk Curb & Gutter 32 31 00 Fencing 32 90 00 Landscaping 33 00 00 Utilities & Underground 34 73 00 Airfield Construction - Apron 41 22 00 Overhead Cranes 48 16 00 Geothermal Energy Project Prequalification And Anticipated Security Requirements In Order To Be Eligible To Participate In The Upcoming Project Prequalification Process, The Interested Party Will Be Required To, Among Other Things, Actively Hold All Required Security Clearance(s) At The Time Of Closing. this Will Also Be Noted in All Upcoming Solicitation Tender Documents. As Of The Date Of Posting Of This Advance Procurement Notice, The Required Security Clearance(s) Are Anticipated To Be: * for Areas Established As Security And High Security Zones - A Valid And Active Facility Security Clearance (fsc) At The Level Of Secret Granted Or Approved By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) * For Areas Established As Public, Reception And Operations Zones - A Valid And Active Designated Organization Screening (dos) At The Level Of Reliability Granted Or Approved By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) Industrial Security Program (isp) Sponsorship Defence Construction Canada (dcc) Is Providing Interested Parties Early Access To The Security Clearance Application Process Through Sponsorship Under Its Industrial Security Program (isp). Accordingly, Interested Parties That Are Interested In Submitting Or Participating In A Proposal/bid For These Procurements That Fall Under This Program And That Do Not Actively Hold The Above Identified Security Clearance(s) Should Begin The Security Clearance Application Process By Applying Through Dcc’s Isp. To Begin The Security Clearance Sponsorship Process, Please Submit A Sponsorship Request Application To Dcc By Following The Steps Identified On Dcc’s Website At: Https://www.dcc-cdc.gc.ca/industry/security-requirements In Their Sponsorship Request Application To Dcc, Interested Parties Are Asked To Quote The Following Information, Among Other Things: * Contract Number As Referenced Above; And * Level Of Clearance Requested To Be Sponsored For. Sponsorship Process Timeline Sponsorship Timeline Is Currently As Follows: * Thirty (30) Calendar Days Prior To Planned Tender Closing, For Designated Organization Screening (dos); And * Sixty (60) Calendar Days Prior To Planned Solicitation/tender Closing, For Facility Security Clearance (fsc) At The Level Of Secret. Questions Any Questions Pertaining To The Isp Sponsorship Process Outlined In This Advanced Procurement Notice Can Be Addressed To: Telephone: (613) 998-8974 Email Address: Isp.sponsorship@dcc-cdc.gc.ca Any Questions, Exclusive Of Security Sponsorship, Relating To This Advanced Procurement Notice Can Be Addressed To: Scott Barabash, Cet, Gsc, Cec Senior Estimator Ellisdon Construction Services Inc. 780-444-3042 Sbarabash@ellisdon.com Disclaimer Dcc Nor Ellisdon Do Not Provide Any Assurances Or Guarantees That A Sponsorship Request Package Or A Security Clearance Application Forwarded To The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) On Behalf Of A Interested Party Will Be Successful Or Result In The Granting Of The Requested Security Clearance(s) By The Csp, Pwgsc, In A Timely Fashion. At All Times, The Processing Of A Sponsorship Request Package Or A Securiy Clearance Application Is Subject To The Respective Terms, Conditions, And Timelines Of Dcc's Isp Sponsorship Process And The Csp, Pwgsc's Security Clearance Granting Process. By Applying To Either Of The Aforementioned Processess, The Interested Party Accepts And Agrees To Bear Any Risks Associated With: (i) The Completeness Or Accuracy, Or Lack Thereof, Of Its Application Or Related Documents Submitted Under Or In Connection With Either Said Processes, And (ii) The Timeliness, Or Lack Thereof, Of Any Processing Or Granting Of Security Clearance(s) Under Or In Connection With Either Said Processes.
7541-7550 of 7614 archived Tenders