Survey Tenders

Survey Tenders

City Of Bystrice Nad Pernstejnem Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Czech Republic
Details: The subject of the public contract is the demolition of the existing building of the Sokolovna, built in the 1930s, which is in a state of disrepair. A new multifunctional Sokolovna will be built on the site after the demolition (for a more detailed technical description, see the project documentation). The completion of the work also includes the preparation of documentation of the actual construction, geodetic survey of the completed work and the preparation of a geometric plan of the construction. The basis for drawing up the offer is the list of construction works, supplies and services, including the statement of measurements, project documentation and other documents that are an integral part of this tender documentation.
Closing Date24 Feb 2025
Tender AmountCZK 94.3 Million (USD 3.9 Million)

DEPT OF THE AIR FORCE USA Tender

Others
United States
Details: General Statement: this Is A Combined Synopsis/solicitation For Commercial Items Issued By The Air Force Research Laboratory/pzleq, Wright-patterson Air Force Base, Ohio. This Announcement Constitutes The Only Solicitation Being Issued For The Requirement Described Herein. solicitation Information solicitation Number: Combo-afrl-pzleq-2025-0008 [x] Request For Quotation (rfq) [ ] Request For Proposal (rfp) [ ] Invitation For Bid (ifb) regulation Identification: this Solicitation And The Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2023-01 Effective 30 Dec 2022. notice Of Small Business Set-aside: set-aside Type small Business naics Size Standard 334517 listing/description Of Items: clin #: 0001 description narda Fieldman Broadband Meter And Four (4) Probes. the Vendor Shall Provide Four (4) Narda Fieldman Logging Broadband Field Meters With Three (3) Each Of The Following Probes: 1) Efd0391, 2) Efd5091, 3) Hfd0361, And 4) Hfd0191. The Narda Fieldman Meter And Probes Shall Possess The Following Salient Characteristics: the Detector Shall Possess The Following Specifications: shall Have Isotropic Probes To Cover 100khz To 60ghz shall Have Large Graphical Display shall Have Back Lit Monochrome Lcd; Readable Even In Bright Daylight shall Have Intelligent Probe Interface With Automatic Probe Parameter Detection shall Include Fully Automatic Zeroing shall Have Extensive Memory For Logging Of Up To 5000 Results shall Have Gps Interface And Mountable Receiver For Positioning Data Documentation (optional) shall Include Graphical User Interface (gui) shall Have Simple-to-use 9 Button Keypad shall Have Hold Button Soft Key For Freezing Measurement Display During Readings shall Have User Defined Setups Can Be Saved For Repetitive Survey Needs shall Have Keypad That Can Be Locked To Guard Against Inadvertent Inputs shall Have User Selectable Auto-off Feature To Save Battery Life shall Include 5 Types Of Results That Can Be Displayed: Actual, Minimum, Maximum, Average, Maximum Average history Mode Shall Operate Continuously In The Background, Allowing Display Of Past Readings At Any Time, Up To 8 Hours shall Include Selectable Units: V/m, A/m, W/m², Mw/cm², And % Of Standard When Using Shaped Frequency Response Probes shall Include Stored Standards And Guidance In The Nbm Memory Allow Simultaneous Display Readings As % Of Standard If Frequency Is Known shall Include Data Memory For Up To 5000 Measurements shall Have Time Averaging: 4 Seconds To 30 Minutes, In 2-second Intervals shall Have Variable Alarm Threshold Setting shall Have Audible Indication Of Increasing Or Decreasing Field Strength shall Include Automatic Detection Of Probe Type And Calibration Information shall Be Fully Automatic And Variable Zero Adjustment Interval Times shall Include Additional Optical Input For Separating Probe From Meter shall Have Pc Connection Via Usb Or Optical Interface shall Have Trigger Input For Externally Initiating Readings To Be Taken shall Include Nbm-ts Software Enables Remote Controlled Measurements shall Be Able To Have Screenshots That Can Be Downloaded To Pc delivery Information: fob: [x] Destination [ ] Origin place Of Delivery: 711 Hpw/oml attn: Brandi Tschuor 2510 Fifth St., Bldg. 840 wright-patterson Afb, Oh 45433 requested Date Of Delivery: 30 Days Upon Receipt Of Order instructions To Offerors: the Provision At Far 52.212-1, Instructions To Offerors – Commercial (jun 2020), Applies To This Acquisition. addenda: N/a evaluation Of Offers: the Provision At Far 52.212-2, Evaluation -- Commercial Items (oct 2014), Will Be Used To Evaluate Quotes Received. the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Quote Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. the Following Factors Shall Be Used To Evaluate Offers: (lowest Price Technically Acceptable Or Price Trade-off) Pick Which One Matches (1) Price (2) Technical Acceptability (a) In Order For This Quote To Be Considered “technically Acceptable” It Must Meet: (i) All Specification Requirements In The Sow offerors Shall Assume That The Government Has No Prior Knowledge Of Its Facilities, Capabilities, And Experience And Will Base The Evaluation Solely On The Information Presented In The Offeror’s Proposal. the Government Reserves The Right To Award All, Some, Or None, Of The Items Listed In This Solicitation. The Government Reserves The Right To Resolicit If Results Garner Only One Qualifying Quote, If It’s Determined To Be In The Best Interests Of The Government. offeror Representations And Certifications: offerors Must Include A Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications -- Commercial Items (feb 2021), With Your Quote. if Offeror Has Completed Annual Representations And Certifications In System For Award Management (sam), Then Only Paragraph (b) Needs To Be Submitted With Quote. if Offeror Has Not Completed Annual Representations And Certifications In Sam Then Paragraphs (c-v) Need To Be Submitted. contract Terms & Conditions: the Clause At Far 52.212-4, Contract Terms And Conditions -- Commercial Items (oct 2018), Applies To This Acquisition. addenda: N/a required Terms & Conditions To Implement Statutes Or Orders: the Clause At Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (jan 2021), Applies To This Acquisition. the Following Clauses Are Incorporated Via Paragraph (b) And Considered Applicable To This Acquisition: far 52.219-6 notice Of Total Small Business Set Aside far 52.219-28 post Award Small Business Program Representation far 52.222-3 convict Labor far 52.222-19 child Labor-cooperation With Authorities And Remedies far 52.222-21 prohibition Of Segregated Facilities far 52.222-26 equal Opportunity far 52.222-50 combating Trafficking In Persons far 52.223-18 encouraging Contractor Policies To Ban Text Messaging While Driving far 52.225-1 buy American--supplies far 52.225-13 restrictions On Certain Foreign Purchases far 52.232-33 payment By Electronic Funds Transfer- System For Award Management additional Contract Requirements: (1) Offeror Shall Include All Warranty Requirements And Documentation With Quote. (2) Offerors Shall Identify How Long The Quote Is Valid. additional Provisions And Clauses Applicable To This Requirement: far 52.203-19 prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements provision far 52.204-7 system For Award Management clause far 52.204-13 system For Award Management Maintenance clause far 52.209-6 protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment clause far 52.232-39 unenforceability Of Unauthorized Obligations clause far 52.232-40 providing Accelerated Payments To Small Business Subcontractors clause far 52.246-16 responsibility For Supplies clause far 52.247-34 f.o.b. Destination provision far 52.252-1 solicitation Provisions Incorporated By Reference (fill-in Text) - Https://www.acquisition.gov/ clause far 52.252-2 contract Clauses Incorporated By Reference (fill-in Text) - Https://www.acquisition.gov/ clause dfars 252.203-7000 requirements Relating To Compensation Of Former Dod Officials clause dfars 252.203-7002 requirement To Inform Employees Of Whistleblower Rights provision dfars 252.203-7005 representation Relating To Compensation Of Former Dod Officials clause dfars 252.204-7003 control Of Government Personnel Work Product provision dfars 252.204-7004, Alt A, system For Award Management Alternate A clause dfars 252.204-7015 notice Of Authorized Disclosure Of Information For Litigation Support clause dfars 252.211-7003 item Unique Identification And Valuation clause dfars 252.223-7008 prohibition Of Hexavalent Chromium clause dfars 252.225-7001 buy American And Balance Of Payments Program clause dfars 252.225-7002 qualifying Country Sources As Subcontractors clause dfars 252.225-7048 export-controlled Items clause dfars 252.232-7003 electronic Submission Of Payment Requests clause dfars 252.232-7006 wide Area Workflow Payment Instructions clause dfars 252.232-7010 levies On Contract Payments clause dfars 252.225-7012 preference For Certain Domestic Commodities clause dfars 252.243-7001 pricing Of Contract Modifications clause dfars 252.244-7000 subcontracts For Commercial Items clause affars 5352.201-9101 ombudsman (fill-in Text) ombudsman: Afrl/pk Director alternate Ombudsman: Afrl/pk Deputy Director 1864 Fourth St wright-patterson Afb Oh 45433-7130 937-904-9700 afrl.pk.workflow@us.af.mil dpas Applicability: this Requirement Is Not Applicable To The Defense Priorities And Allocations System (dpas). solicitation Closing Information: quotes Are Due By: 3 January 2025 @ 4:00 Pm Est. quotes Must Be Received By The Closing Date Stated Above. Submit Quotes By Email. point Of Contact: the Point Of Contact For This Acquisition For Any Questions And For Submission Of Quotes Is: name: Mr. Jason B. Sav title: Contract Specialist email: Jason.sav@us.af.mil
Closing Date3 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state: Washington city: Port Angeles delineated Area: north: City Limits Of Port Angeles south:city Limits Of Port Angeles east:city Limits Of Port Angeles west:city Limits Of Port Angeles gross Square Feet:1,300 net Square Feet:1,144 space Type: Retail gov Parking Spaces (total): 5 full Term: 60 Months option Term: None address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 email Address: Cenwsre-rfp@usace.army.mil real Estate Contracting Officer Thomas Seymour Will Be Signing The Lease For The Government. electronic Offer Submission: offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: 1/31/2025. any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. the U.s. Government, By And Through Usace, Currently Occupies Retail And Related Space In A Building Under A Lease In The City And State Specified Above, That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, Non-productive Agency Downtime, And Costs, Including Rent, Related To Vacating The Current Location Prior To Lease Termination. the Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays). additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements: request For Lease Proposals exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit E – Construction Specifications Bid Proposal Worksheet exhibit F – Janitorial Specifications exhibit G – Sam Representations And Certifications, Gsa Form 3518 exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically Via Email Addressed To Cenwsre-rfp@usace.army.mil. Offerors’ Emails Shall Include The Completed Rental Proposal Worksheet, Attached Hereto As Exhibit “a” As An Attachment To The Email. The Subject Line Of The Email Must Contain The Request For Lease Proposal (rlp) Number (16 Characters Beginning With “dac”) Listed On The First Page Of The Rlp. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.) exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit E – Construction Specifications Bid Proposal Worksheet (if A New Build Out Is Required) for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required. exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission) exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit K – Seismic Offer Forms (where Applicable) evidence Of Ownership (warranty Deed) Or Control Of Building Or Site. please Note That You Are Not Required To Initial And Return The Following Documents At This Time: request For Lease Proposal (rlp) exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit F – Janitorial Specifications exhibit I – Certificate Of Authorization please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far).). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
Closing Date1 Feb 2025
Tender AmountRefer Documents 

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Machinery and Tools
United States
Details: The National Institute Of Standards And Technology (nist), Physical Measurement Laboratory, Quantum Sensors Division, Device Fabrication Group (dfg) Has A Sub-program To Develop Bond Strength Measurements And Bond Strength Standards For Dielectric, Metal To Metal, And Hybrid Bonding. As Part Of This Program, The Dfg Intends To Acquire And Demonstrate The Use Of A Commercial Bond Tester For These Measurements And Potential Standards. The Available Lab Spaces Necessitate The Acquisition Of A Bench Top Unit Which Can Operate With Minimal Utility Requirements. We Micro-fabricate Our Own Bond Test Structures Than Can Be Tested In Shear Or Pull Test Mode Depending On The Fixturing. We Will Require The Ability To Design, Produce, And Install Custom Fixturing As We Survey The Possible Measurement Types. nist Is Seeking Information From Sources That May Be Capable Of Providing A Solution That Will Achieve The Objectives Described Above That Meets Or Exceeds The Following Draft Minimum Specifications: 1. Physical- Characteristics Size Envelope Of 32 Inches (in) By 32 Inches (in) By 32 Inches (in) Or Lower. Weight Of 200 Pounds (lb) Or Lower. 2. Utility Requirements Able To Operate With A 120 Volt (v) Single Phase 60 Hertz (hz) 20 Amp (a) Circuit Able To Operate With A Clean Dry Air Source Of 75 Pounds Per Inch (psi). Able To Operate With Vacuum Supply Of 20 Inch Mercury (20 In Hg) 3. Stage And Head Motion Minimum: X-y Range Of 100 Mm – 100 Mm. Minimum: Z Range Of 40 Mm. Minimum: X-y-z Resolution 1 Micro-meter. Motorized X-y-z With Joystick Or Computer Control. 4. Testing Type, Force, And Accuracy Wire Pull, 100 Gram-force (g-f), Better Than 1% Accuracy. Pull, 10 Kilogram-force (kg-f), Better Than 1% Accuracy. Die Shear, 10 Kilogram-force (kg-f), Better Than 1% Accuracy. Die Shear, 100 Kilogram-force (kg-f), Better Than 1% Accuracy. Stud Pull, 100 Kilogram-force (kg-f), Better Than 1% Accuracy. 5. Device Under Test Fixturing configurable Fixturing For Chip Sizes From 5 Mm To 50mm Chips. wafer Fixturing For Up To 150 Mm Wafers. availability For End User To Fabricate Custom Fixtures. 6. Part And Test Viewing operator Stereoscope. video Camera. 7. Testing And Monitoring Capability module Exchange Less Than 5 Minutes (min). re-calibration Not Required Upon Module Exchange. Operator Positions Stage And Module For Stage And Actual Test Is Automatically Done. Recording Of Full Force Vs Distance Profile. Adjustable Force Limits For Non-destructive Testing. Video Monitoring And Video Recording Of Test. 8. Test Methods And Test Data Storage Ability To Store And Recall Test Method Information. Storage And Backup Of All Data Sets. 9. Test Methods Compliance compliance With Applicable Mil-std-883 Test Methods. 10. Shipping shipping Ddp Boulder Co. 11. Installation And Training installation By Qualified Installation Engineer training In Standard Operation training In Advanced Operation how To Respond To This Notice in Responding To This Notice, Please Do Not Provide Proprietary Information. Please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response: Submit The Response By Email To The Primary Point Of Contact And, If Specified, To The Secondary Point Of Contact Listed In This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. Please Note That To Be Considered For Award Under Any Official Solicitation, The Entity Must Be Registered And “active” In Sam At The Time Of Solicitation Response. provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei). identify The Equipment That Your Company Sells That Can Meet The Objectives Addressed In The Background Section Of This Notice. For Each Product Recommended To Meet The Government’s Requirement, Provide The Following: manufacturer Name model Number technical Specifications if Your Company Is Not The Manufacturer, Provide Information On Your Company’s Status As An Authorized Reseller Of The Product(s) describe Performance Capabilities Of The Product(s) Your Company Recommends To Meet The Government’s Requirements. Additionally, If There Are Other Features Or Functions That You Believe Would Assist Nist In Meeting Its Objectives Described Above, Please Discuss In Your Response. discuss Whether The Equipment That Your Company Sells And Which You Describe In Your Response To This Notice May Be Customized To Specifications And Indicate Any Limits To Customization. identify Any Aspects Of The Nist Market Research Notice, Including Instructions, And Draft Minimum Specifications In The Background Section You Cannot Meet And State Why. Please Offer Suggestions For How The Market Research Notice And Draft Minimum Specifications Could Be Made More Competitive. state Whether The Proposed Equipment Is Manufactured In The United States And, If Not, State The Name Of The Country Where The Equipment Is Manufactured. identify Any Plans/possibilities For Changes In Manufacturing Location Of The Aforementioned Equipment And Provide Relevant Details, Including Timeline. for The Naics Code Listed In This Notice: indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information. if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement. describe Services That Are Available With The Purchase Of The Aforementioned Equipment From Your Company Such As Installation, Training, And Equipment Maintenance. describe Standard Terms And Conditions Of Sale Offered By Your Company For The Recommended Equipment Such As: Delivery Time After Your Company Accepts The Order; Fob Shipping Terms; Manufacturer Warranty (including Details Regarding Nature And Duration); If Available, Description(s) Of Available Extended Warranty; Equipment Setup And Test; Operator And Service Instruction Manual(s); Cleanup After Installation; And If Applicable, Other Offered Services. Provide A Copy Of Manufacturer Standard Terms And Conditions That Typically Relate To The Sale Of The Specified Equipment, If Available. state Whether Your Company Offers Facility Renovation Services Related To Installation Of The Recommended Equipment At Its Delivery Destination, If Required Per The Nist-identified Minimum Specifications, And Provide Description Of Said Services. Indicate If Your Company Performs The Facility Renovation Services Or Typically Subcontracts The Work To Another Company. Indicate If Your Company Would Be Interested In Inspecting The Intended Installation Site During The Market Research Phase. state Published Price, Discount, Or Rebate Arrangements For Recommended Equipment And/or Provide Link To Access Company’s Published Prices For Equipment And Services. if The Recommended Equipment And Related Services Are Available For Purchase On Any Existing Federal Supply Schedule Contract(s) Or Other Contracts Against Which Nist May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information. identify Any Customers In The Public Or Private Sectors To Which You Provided The Recommended Or Similar Equipment. Include Customer(s) Information: Company Name, Phone Number, Point Of Contact, Email Address. provide Any Other Information That You Believe Would Be Valuable For Nist To Know As Part Of Its Market Research For This Requirement. state If You Require Nist To Provide Additional Information To Improve Your Understanding Of The Government’s Requirement And/or Would Like To Meet With Nist Representatives To Discuss The Requirement And The Capabilities Of The Identified Equipment. questions Regarding This Notice questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact And The Secondary Point Of Contact Listed In This Notice.questions Should Be Submitted So That They Are Received 5 Calendar Days Prior To The Response Date. If The Contracting Officer Determines That Providing A Written Amendment To This Notice To Document Question(s) Received Would Benefit Other Potential Respondents, The Questions Would Be Anonymized, And A Written Response To Such Question(s) Would Be Provided Via An Amendment To This Notice. important Notes this Notice Is For Market Research Purposes And Should Not Be Construed As A Commitment By Nist To Issue A Solicitation Or Ultimately Award A Contract. There Is No Solicitation Available At This Time. this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Capability. respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. after A Review Of The Responses Received, A Synopsis And Solicitation May Be Published On Gsa’s Ebuy Or Sam.gov. However, Responses To This Notice Will Not Be Considered An Adequate Response To Any Such Solicitation(s). thank You For Taking The Time To Submit A Response To This Request!
Closing Date26 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state:oregon city:roseburg delineated Area: north:kenneth Ford Dr south:se Ichabod St east:ne Pamona St west:loma Vista Dr gross Square Feet: 772 - 965 net Square Feet: 552 - 690 space Type: Retail gov Parking Spaces (total):2 full Term: 60 Months option Term: None address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 email Address: Cenwsre-rfp@usace.army.mil real Estate Contracting Officer Thomas J. Seymour Will Be Signing The Lease For The Government. electronic Offer Submission: offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: February 14, 2025. any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. the U.s. Government, By And Through Usace, Is Seeking To Lease Retail And Related Space In A Building Under A Lease In The City And State Specified Above. The Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays). additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements: request For Lease Proposals exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit E – Construction Specifications Bid Proposal Worksheet exhibit F – Janitorial Specifications exhibit G – Sam Representations And Certifications, Gsa Form 3518 exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.) exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit E – Construction Specifications Bid Proposal Worksheet for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required. exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission) exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit K – Seismic Offer Forms (where Applicable) evidence Of Ownership (warranty Deed) Or Control Of Building Or Site. please Note That You Are Not Required To Initial And Return The Following Documents At This Time: request For Lease Proposal (rlp) exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit F – Janitorial Specifications exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far).). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
Closing Date15 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
United States
Details: Sources Sought Notice Only No# 36c26125r00032 no Solicitation Is Currently Available. project Title: Relocate And Renovate Urology, Va Mather place Of Performance va Northern California Health Care System, Sacramento Va Medical Center, 10535 Hospital Way, Mather Ca 95655 description: This Sources Sought Notice Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Sources Sought Notice That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Sources Sought Notice. Point Of Contact: Mr. Rosario Chaidez, Contract Specialist, E-mail: Rosario.chaidez1@va.gov all Associated Project Documents Shall Be Incorporated Into The Proposal Request, Which Shall Be Posted Electronically Through Https://sam.gov At A Future Date. inquiries Will Only Be Accepted In Writing Via E-mail To Rosario.chaidez1@va.gov On Or Before Wednesday, February 26, 2025, By 11:00 Am (pt) subject: Sources Sought Notice, Relocate And Renovate Urology, Sacramento Va Medical Center, Project No. 612a4-22-004, Sacramento Va Medical Center, Mather, Ca the Government Does Not Intend To Award A Contract On The Basis Of This Sources Sought Notice Or To Otherwise Pay For The Information Solicited. All Information Contained In This Sources Sought Announcement Is Preliminary, As Well As Subject To Modification. although Proposal, Offeror, Contractor, And Offeror May Be Used In This Sources Sought Notice, Any Response Will Be Treated As Information Only. It Shall Not Be Used As A Proposal. the Purpose Of This Sources Sought Is To Conduct Market Research To Support The Project Identified Above. This Notice Serves To Survey The Market In An Attempt To Ascertain Whether Or Not Sources Are Capable Of Providing The Requested Services. This Notice Allows Potential Contractors/vendors To Submit A Non-binding Statement Of Interest And Documentation Demonstrating Their Capability. The Sources Sought Effort Is Intended To Assess Industry Capabilities And Develop/support The Intended Direction Of Acquisition Planning. The Network Contracting Office (nco 21) Is Requesting Responses From Qualified Business Concerns; The Qualifying Naics Code For This Effort Is 236220 Commercial And Institutional Building Construction. this Sources Sought Notice Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classifications (service Disabled/veteran Owned Small Business (sdvosb/vosb), Hub Zone, 8(a), Small, Small Disadvantaged, Woman-owned Small Business, Or Large Business) Relative To Naics 236220. Responses To This Notice, Will Be Used By The Government To Make Appropriate Acquisition Decisions. Based Upon Information Received In Response To This Sources Sought Notice, The Government Shall Make A Determination On A Procurement Strategy, Which Shall Include The Type Of Small Business Set-aside, If Appropriate. The Eventual Procurement Strategy And Set-aside, If Appropriate, Is Solely Within The Discretion Of The Government. After Review Of The Responses To This Notice, A Solicitation Announcement May Be Published. Responses To This Notice Are Not Considered Adequate Responses To Any Corresponding Solicitation Announcement. All Interested Offerors Will Have To Respond To The Solicitation Announcement In Addition To Responding To This Notice. issuance Of This Notice Does Not Constitute Any Obligation Whatsoever On The Part Of The Government To Procure These Services, Or To Issue A Solicitation, Nor To Notify Respondents Of The Results Of This Notice. No Solicitation Documents Exist At This Time; However, In The Event The Acquisition Strategy Demonstrates That An Internal Contracting Vehicle Is A Viable Option For Procuring A Solution, The Request For Proposal (rfp) Shall Be Posted Internally. The Department Of Veterans Affairs Is Neither Seeking Quotes Nor Accepting Unsolicited Quotes, And Responses To This Notice Cannot Be Accepted As Offers. Any Information Received From A Contractor In Response To This Sources Sought Notice May Be Used In Creating A Solicitation. Any Information Received Which Is Marked With A Statement, Such As Proprietary Or Confidential, Intended To Restrict Distribution Will Not Be Distributed Outside Of The Government, Except As Required By Law. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Sources Sought. background: The Department Of Veterans Affairs (va) Is Seeking Vendors Who Can Provide All Labor, Materials, Equipment, Supervision, Administrative Support, And Any Necessary Professional Engineering Services Required To Completely Prepare A Site For Building Operations, Including Demolition And Removal Of Existing Structures, As Outlined In The Draft Statement Of Work (sow) And Draft Drawings, The Full Specifications Which Will Be Provided When The Solicitation Is Posted At A Later Date. The Project Renovates Approximately 5800 Square Feet (sf) Of The East Portion Of Level 01 Of Building 650 For The Va Northern California Healthcare System (vanchcs), Sacramento Va Medical Center (svamc) At Mather, Ca. This Work Includes A Complete Gut And Remodel Of An Existing Area To Prepare For The New Urology Clinic. The Walls, Ceilings, Interior Finishes, Electrical, Hvac, Plumbing, And Equipment Will Be Upgraded To Meet The Requirements Of The Renovation Work. The New Design Will Include Procedure Rooms, Exam Rooms, And Offices. the Scope Also Includes Finish Updates In The Existing Public Ganged Toilets And Ceiling Updates To The Adjacent Offices. This Work Shall Include But Not Be Limited To Architectural, Structural, Mechanical, Plumbing, And Electrical. The Project Is Primarily An Architectural, Mechanical, Plumbing, And Electrical Project With A Minor Structural Scope, If Deemed Necessary, For Ceiling-mounted Equipment At The Sacramento Va Medical Center In Mather, California. The Vendors Must Demonstrate The Ability To Meet All Requirements For This Notice. See A Draft Of The Statement Of Work (sow) For All Details. The Period Of Performance (pop) For This Work Is 550 Calendar Days. the Applicable North American Industry Classification System (naics) Code Is 236220 Commercial And Institutional Building Construction, And The Small Business Size Standard Is $45.0 Million. Psc Code Is Z1db Maintenance Of Laboratories And Clinics. In Accordance With Far 36.204 Disclosure Of The Magnitude Of This Construction Project Is Anticipated Between $1,000,000 And $5,000,000. potential Offerors Must Be Registered In The System For Award Management (sam) To Be Eligible For An Award (see Https://www.sam.gov/sam/pages/public/index.jsf). Potential Offerors Must Also Have A Current Online Representations And Certification Application On File With Sam. service-disabled Veteran-owned Small Businesses (sdvosb) And Veteran-owned Small Businesses (vosb) Shall Have Their Ownership And Control Verified By The Department Of Veterans Affairs (va) And Be Listed In The Small Business Administration S (sba) Veteran Small Business Certification (vetcert) At Https://veterans.certify.sba.gov/#home. instructions: because The Solicitation Strategy Is Dependent Upon Responses To This Sources Sought Notice, Interested Parties Are Encouraged To Provide Complete And Accurate Responses To All Items Below, And Should Be Limited To A Brief Description Of One (1) Page (not Including Cover Letter). If Any Portions Seem Unclear Or Prohibited, And/or You Are Unsure About The Descriptions Of The Requirement, Please List Your Comments And/or Concerns In Your Response So They Can Be Addressed. a) Statement Of Capability - Demonstrate How Your Company Can Provide The Requested services That Are Required In The Attached Statement Of Work (sow) Both In Magnitude And Scope. Include Past Experience (within The Past Five Years) In Similar In Both In Magnitude And Scope Services To The Va, Other Government (federal Or State) Agencies, Or A Private Facility. Include General Information, A Brief Description Of The Work, And The Total Magnitude Of Each Project. b) Socio-economic Status - Specify Under Which Disadvantaged Group And If Your Firm Is Certified Under Section 8(a) Of The Small Business Act. Indicate If Your Firm Is A Certified Service- Disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb). c) Include Cage Or Sam Unique Entity Identifier (uei) Number Of Your Firm On Your Response. d) Bonding Capability: Per Contract And Aggregate. Provide The Amount Of Aggregate Bonding Currently Available (i.e., The Amount Not Committed). e) Questions Please Provide Answers To The Following Questions: 1. Does The Magnitude Of Construction Seem Feasible? 2. Is The Period Of Performance Listed In The Statement Of Work Reasonable? 3. Has Your Firm Performed A Similar Project On A Scale To Relocating And Renovating A Clinic Similar To The Statement Of Work? If So, How Recent? 4. Has Your Firm Completed Any Renovation Projects In A Hospital Building Before Or In An Active Healthcare Environment? What Would Be Your Proposed General Method? 5. Has Your Firm Had Previous Experience With Working With The Government Or The Va Specifically? 6. This Work Will Require Experienced Journeymen Technicians. Are Such Employees On Staff, Or Will The Service Need To Be Subcontracted? If A Subcontractor Is Needed, How Long Or How Many Previous Jobs Of Similar Scale And Scope Have Your Firms Worked Together? 7. If Known, What Are Any Estimated Lead Times For This Project Materials And Any Potential Supply Chain Disruptions Or Other Issues You Foresee? if Interested, Responses Are Due In Writing Only By 11:00 Am (pt), Wednesday, February 26, 2025. Please Submit E-mail Responses To Mr. Rosario Chaidez, Contract Specialist, At E-mail: Rosario.chaidez1@va.gov. Please Place Response To Sources Sought Notice For Relocate And Renovate Urology, Va Mather In The Subject Line Of Your E-mail. This Notice Is To Assist The Va In Determining Sources Only. disclaimer this Sources Sought Notice Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Sources Sought Notice That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Sources Sought Notice. ----- End Of Sources Sought Notice-----
Closing Date26 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state: Oregon city:bend delineated Area: north: Nw Spruce Ave, Redmond, Or south:murphey Rd, Bend, Or east:ne 9th St, Redmond, Or west:nw Mount Washington Dr, Bend, Or gross Square Feet:3,880 - 4,850 net Square Feet: 3,376 - 4,220 space Type: Retail gov Parking Spaces (total): 13 full Term: 60 Months option Term: None address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 email Address: Cenwsre-rfp@usace.army.mil real Estate Contracting Officer:thomas J. Seymour electronic Offer Submission: offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: January 31, 2025 any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. the U.s. Government, By And Through Usace, Currently Occupies Retail And Related Space In A Building Under A Lease In The City And State Specified Above. The Government Is Considering Relocation To An Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, Non-productive Agency Downtime, And Costs, Including Rent, Related To Vacating The Current Location Prior To Lease Termination. the Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays). additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements: request For Lease Proposals exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit E – Construction Specifications Bid Proposal Worksheet exhibit F – Janitorial Specifications exhibit G – Sam Representations And Certifications, Gsa Form 3518 exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.) exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit E – Construction Specifications Bid Proposal Worksheet for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required. exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission) exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 evidence Of Ownership (warranty Deed) Or Control Of Building Or Site. please Note That You Are Not Required To Initial And Return The Following Documents At This Time: request For Lease Proposal (rlp) exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit F – Janitorial Specifications exhibit I – Certificate Of Authorization exhibit J - Agency Agreement please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far).). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
Closing Date1 Feb 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00060 : Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle Users Charge (mvuc) As Per R. A. 11239 - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Along Maharlika Highway (cagayan Valley Road) - K0539+795 - K0541+000 1. The Dpwh Regional Office Ii, Through The Dpwh Fy 2025 Nep (epa - Early Procurement Activity) Intends To Apply The Sum Of ₱29,348,545.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00060: Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle Users Charge (mvuc) As Per R. A. 11239 - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Along Maharlika Highway (cagayan Valley Road) - K0539+795 - K0541+000. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle Users Charge (mvuc) As Per R. A. 11239 - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Along Maharlika Highway (cagayan Valley Road) - K0539+795 - K0541+000 Contract Id No. : 25b00060 Location : Gattaran, Cagayan Brief Project Description : Asphalt Overlay, Length = 1.2077 Km, 2.4154 Lane-km (as Per Survey), With Road Safety Facilities Scope Of Works : Other General Requirements • Project Billboard/ Signboard • Occupational Safety And Health Program • Traffic Management • Mobilization/ Demobilization Earthworks • Removal Of Actual Structures/obstruction 0.10 M Thick – Acp Surface Courses • Asphalt Overlay Miscellaneous Structures • Road Signs (warning, Regulatory, Traffic Instruction) • Reflectorized Thermoplastic Pavement Markings (white & Yellow) • Reflectorized Thermoplastic Rumble Strips Approved Budget For The Contract (abc) : ₱29,348,545.00 Contract Duration : 116 Calendar Days Inclusive Of 8 Unworkable/rainy Days, 24 Sundays And Holidays 2. The Major Category Of Work For The Project Is Rca - Roads: Construction – Asphalt. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09 - 30, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos Only (₱25,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 16, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 30, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 30, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 09-15, 2025 Conspicuous Place (procurement Bulletin Board): January 09-15, 2025
Closing Date30 Jan 2025
Tender AmountPHP 29.3 Million (USD 500.4 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical Cables And Wires...+1Electrical and Electronics
United States
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Construction Project At The Va Illiana Healthcare System (vaihcs) Located In Danville, Il. project Description: the Scope Of This Project Includes But Not Limited To The Following Infrastructure Improvements: Electrical (electrical Panel Upgrade, Power (normal, Emergency)), Bonding, Ups, Building Management System Interfaces, Assess For New And Upgrades To Existing Hvac, Reconfiguration, Expansion And Renovation Of Existing Space (demo, New Construction, Finishes), Renovation Of Existing Data Center (demo Wall, Remove Raised Floor, Relocate Server Cabinets, Install Bus Bar And Overhead Cable Management, Patch, Finish), Communication Infrastructure (new Data Outlets, Patch Panels, Upgrade To Cat 6a Cable) In Buildings As Necessary, Physical Security Upgrades, Assess And Upgrade Fiber Infrastructure Backbone Campus Wide Within Buildings And Between Buildings, Install Diversified Path To Datacenter For Wan, Hazardous Material Abatement. Project Building Locations Include: Buildings 14, 19, 22, 58, 60, 64, 98, 101, 102, 103, 104, 125, 128, 129, 130, 131, 132, 133, 140 And Site. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid To Late-april 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 730 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. section 6: Project Labor Agreement (pla) - A Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f). The Pla Questionnaire Must Be Filled Out And Returned With The Sources Sought Response. The Questionnaire Can Be Found At The End Of This Document. federal Acquisition Regulation (far) 22.503 Policy: (a) Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects. (b) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will- (1) Advance The Federal Government's Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And (2) Be Consistent With Law. (c) Agencies May Also Consider The Following Factors In Deciding Whether The Use Of A Project Labor Agreement Is Appropriate For The Construction Project: (1) The Project Will Require Multiple Construction Contractors And/or Subcontractors Employing Workers In Multiple Crafts Or Trades. (2) There Is A Shortage Of Skilled Labor In The Region In Which The Construction Project Will Be Sited. (3) Completion Of The Project Will Require An Extended Period Of Time. (4) Project Labor Agreements Have Been Used On Comparable Projects Undertaken By Federal, State, Municipal, Or Private Entities In The Geographic Area Of The Project. (5) A Project Labor Agreement Will Promote The Agency S Long Term Program Interests, Such As Facilitating The Training Of A Skilled Workforce To Meet The Agency S Future Construction Needs. (6) Any Other Factors That The Agency Decides Are Appropriate. see Far Provision: 52.222-33 Notice Of Requirement For Project Labor Agreement And Far Clause 52.222-34 Project Labor Agreement For Further Details. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Nine (9) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information (this Is Inclusive Of The Pla Questionnaire). This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By February 17, 2025 At 10:00 Am Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 300 independence, Oh 44131 primary Point Of Contact: shardae Webb contract Specialist shardae.webb@va.gov secondary Point Of Contact: william Henkel contracting Officer william.henkel@va.gov project Labor Agreement (pla) Questionnaire (please Respond To The Questions Below) 1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects? yes/no comments: 2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla? yes/no comments: 3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease? comments: 4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition? yes/no comments: 5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation? yes/no comments: 6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project? comments: --- End Of Pla Questionnaire ---
Closing Date17 Feb 2025
Tender AmountRefer Documents 

Northwest Samar State University Tender

Food Products
Philippines
Details: Description 1. Lot 1: 9th Management Review Committee Meeting (abc Total = 26,250.00) -75 Pax 1a. Menu For Am Snack Overflowing Coffee, Pancit, Puto, Water -75 Pax 1b. Menu For Lunch: Rice Creamy Beef And Mushroom, Buttered Chicken, Chop Suey, Fruit Salad, Softdrinks, And Water 2. Lot 2: Recertification 2025 (abc Total = 197,000.00) -63 Pax 2a. Food Supply For Lunch (catered) Day 1 Menu For Lunch: Rice, Creamy Beef, Buttered Chicken, Mixed Vegetable, Cassava Cake, And Softdrinks/water -325 Pax 2b. Food Supply For Packed Lunch Day 1 Menu For Lunch: Rice, Creamy Beef, Buttered Chicken, Mixed Vegetable, Cassava Cake, And Softdrinks/water -10 Pax 2c. Day 1 Menu For Am Snacks: Overflowing Coffee, Carbonara With Toasted Bread, Juice/water -10 Pax 2d. Day 1 Menu For Pm Snacks: Overflowing Coffee, Ham And Cheese Sandwich, Juice/water -63 Pax 2e. Day 2 Menu For Lunch (catered): Rice, Pork Lechon Kawali, Sweet And Sour Fish, Chop Suey, Fruit Salad, And Softdrinks/water -325 Pax 2f. Day 2 Menu For Packed Lunch: Rice, Pork Lechon Kawali, Sweet And Sour Fish, Chop Suey, Fruit Salad, And Softdrinks/water -10 Pax 2g. Day 2 Menu For Am Snacks: Overflowing Coffee, Pancit With Bread, Juice/water -10 Pax 2h.day 2 Menu For Pm Snacks: Overflowing Coffee, Egg Mayo Sandwich, Juice/water 3. Lot 3: Monitoring And Inspection Of Ched ( Abc Total = 150,000.00) -50 Pax 3a. 1st Quarter: Ched Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3b. 1st Quarter: Ched Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -50 Pax 3c. 1st Quarter: Ched Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3d. 2nd Quarter: Ched Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3e. 2nd Quarter: Ched Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -50 Pax 3f. 2nd Quarter: Ched Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3g. 3rd Quarter: Ched Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3h. 3rd Quarter: Ched Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -50 Pax 3i. 3rd Quarter: Ched Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3j. 4th Quarter: Ched Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3k. 4th Quarter: Ched Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -50 Pax 3l. 4th Quarter: Ched Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) 4. Lot 4: Monitoring And Inspection Of Prc (abc Total = 75,000.00) -25 Pax 4a. 1st Quarter: Prc Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks)" -25 Pax 4b. 1st Quarter: Prc Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -25 Pax 4c. 1st Quarter: Prc Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4d. 2nd Quarter: Prc Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4e. 2nd Quarter: Prc Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -25 Pax 4f. 2nd Quarter: Prc Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4g. 3rd Quarter: Prc Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4h. 3rd Quarter: Prc Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -25 Pax 4i. 3rd Quarter: Prc Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4j. 4th Quarter: Prc Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4k. 4th Quarter: Prc Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -25 Pax 4l. 4th Quarter: Prc Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) 5. Lot 5: Food For Accreditation Survey Visit (abc Total = 311,250.00) -120 Pax 5a. 2nd Quarter: Aaccup Monitoring And Inspection April 2025 (day 1) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -120 Pax 5b. 2nd Quarter: Aaccup Monitoring And Inspection April 2025 (day 2) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -120 Pax 5c. 2nd Quarter: Aaccup Monitoring And Inspection April 2025 (day 3) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5d. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 1) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5e. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 2) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5f. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 3) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5g. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 4) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5h. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 5) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5i. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 Food Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) Terms And Conditions For The Food Supplies For Monitoring And Inspection Related Activities: 1. The Caterer Shall Provide Food And Catering Services On The Scheduled Activity Based On The Information Of End-user, Provided That The Caterer Shall Be Informed At Least Three (3) Calendar Days Prior To The Activity. 2. Be Noted That The Number Of Participants Per Quarter Vary Depending Upon The Actual Visit Provided That The End-user Will Not Exceed The Proposed Number Of Participants Per Year. Additional Information Shall Be Given By The End-user Provided That It Is Given Within The Reasonable Period Of Time. 3. The Caterer Shall Provide, Free Of Charge, Adequate Table Cloth And Linens, And All Necessary Meal Materials. 4. The Caterer Shall Be Paid Every After The Activity Based On Actual Services Rendered And Upon Receipt Of The Statement Of Account Duly Accepted And Reviewed By The End-user. 5. All Bid Prices Shall Be Considered Fixed Prices, And Therefore Not Subject To Price Escalation During The Contract Implementation. 6. The Nwssu Reserves The Right To Cancel The Contract With The Caterer Prior To Its Completion, Should It See Fit Based On Verifiable Concerns Regarding The Quality Of Food Served And Services Rendered, And Other Consideration Deemed Contrary Thereto.
Closing Date6 Feb 2025
Tender AmountPHP 759.5 K (USD 12.9 K)
7711-7720 of 7838 archived Tenders