Survey Tenders

Survey Tenders

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Others, Excavation
Corrigendum : Closing Date Modified
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents 
Details: Sources Sought Synopsis / Request For Information (rfi) u.s. Army Corps Of Engineers san Francisco District ***this Is A Sources Sought Synopsis / Request For Information (rfi). This Rfi Is Released Pursuant To Federal Acquisition Regulation (far) Part 15.201 For Market Research Purposes Only. This Announcement Is Not A Request For Proposals (rfp) And Shall Not Be Construed As A Commitment By The Government To Seek Proposals Or Award A Contract At This Time. *** summary: the Government Is Seeking Sources For Market Research Only To Support The Services Listed Below For Which The Applicable Naics Code Is 237990, Dredging Services. The Product Service Code (psc) Will Be Z1kf. The Size Standard For Small Business Is $37,000,000.00. Interested Parties Sought For A Maintenance Dredging Of The Projects Described In Table 1 Below. The Projects Will Be Solicited As An Invitation For Bids (ifb) Contract. Interested Parties Will Be Invited To Attend A Pre-solicitation Conference To Receive The Latest Project Related Information As Well As Information On Available Permitted Upland Disposal Sites And Government–furnished Disposal Sites. no Award Will Be Made From This Sources Sought. No Solicitation, Specification, Or Drawings Are Available At This Time. potential Offerors Having The Skills And Capabilities Necessary To Perform The Described Services Below Are Invited To Provide Feedback Via Email To: Mary.fronck@usace.army.mil And Logan.champlin@usace.army.mil. all Responses Will Be Analyzed In Order To Determine The Appropriate Strategy For A Potential Future Acquisition. Particularly, The Purpose Of This Notice Is To Gain Knowledge Of Potential Small Business Sources Including Certified Hubzone Small Business, Service-disabled Veteran Owned Small Business, Veteran-owned Small Business, Certified 8(a) Small Business, Women-owned Small Business, Etc. Other Than Small Business May Respond To This Notice In The Event The Market Does Not Indicate Significant Small Business Interest. additional Project Descriptions: the Work Includes Maintenance Dredging Of The Federal Navigation Channels Of The Projects Listed In Table 1 To The Required Project Depths With 1- Ft Paid Over-depth And 1-ft Unpaid Over-depth. Please Refer To Table 1 For Disposal Site, Dredge Windows, And Other Project Related Information. Upland Disposal For San Joaquin And Sacramento Dwsc Is At Contractor Furnished Upland Beneficial Reuses Site Or At The Various Government-furnished Sites Located Along The Channels And The Material Shall Be Pumped To The Sites Based On Various Pumping Distances And Depth Of Material. Both These Projects Have Water Quality And Fish Entrainment Monitoring Requirements That Needs To Be Performed By A Third Party Contractor Hired By The Either The Government Or The Dredging Contractor. for Oakland And Richmond, The Contractor Is Responsible For Preparing A Light Monitoring Plan And Performing That Task During Daylight Hours When Dredging Is Within 250m Of Eelgrass Beds And Monitoring Reference Sites Not Influenced By Turbidity Above Ambient For That Area. Contractor May Also Be Required To Perform Eelgrass Surveys Prior To Dredging And After The Project Is Complete.” all Proposed Contractor Furnished Upland Beneficial Use Sites Must Be Fully Permitted. Acceptance Will Be Based On Achieving Project Depth In 100 Percent Of The Project Footprint Within The Contract Period Of Performance. anticipated Solicitation Issuance Dates Are Shown In Table 1. The Official Synopsis Citing The Solicitation Number Will Be Issued On Business Opportunities (www.sam.gov) And Will Invite Firms To Register Electronically To Receive A Copy Of The Solicitation When It Is Issued. capabilities And Qualifications: interested Parties Must Have Qualified Personnel With Recent Knowledge And Experiences As Well As: the Capability To Dredge Using Appropriately Sized Dredge Plant And Support Equipment Suitable For The Project Site Condition And Requirements In Order To Complete All Work Within The Contract Period Of Performance, Which Will Be Identified In The Contract. Hopper Dredging Is Prohibited For These Projects. Interested Parties Must Have The Capability And Equipment Necessary For Dredging And Disposal Of Material At The Various Upland Beneficial Reuse Sites Furnished Either By The Government Or The Contractor. Interested Parties Must Also Have The Capability And Equipment Necessary For Dredging And Disposal Of Material At The Government-furnished Deep Ocean Disposal Site. Interested Parties Are Required To Submit Proof Of Ownership, Or Access To, A Minimum 18-inch Diameter Pipeline Dredge Plant For Sacramento And San Joaquin/stockton Deep Water Ship Channel Project, As Part Of The Response To This Market Research If Hydraulic Cutterhead Pipeline Is To Be Sued For These Two Projects. All Proposed Equipment Must Be Identified Including The Current Location Of The Dredge Plant As Part Of The Response To This Market Research. executing The Overall Contract Work Within The Environmental Work Window Shown In Table 1. Project Bid Proposals For All The Projects Can Be Based On Disposal Of Dredged Material At The Various Permitted Government-furnished Upland, In-bay, And/or Ocean Disposal Sites Provided The Contract Work Can Be Completed Within The Specified Period Of Performance. offeror’s Type Of Small Business And Business Size (small Business, Certified 8a, Certified Hub Zone, And Service-disabled Veteran-owned Small Business (sdvosb), Etc.). the Capability To Perform A Contract Of This Magnitude And Complexity Based On The Scope Of Work (include The Firm's Capability To Execute Dredging And Comparable Work Performed Within The Past Five (5) Years). Provide At Least Three (3) Examples With A Maximum Of Three (3) Pages With The Following Information: a Brief Description Of The Project(s), customer Name, timeliness Of Performance, customer Satisfaction, list Of Equipment Used, And dollar Value Of The Project. results Information: respondents Will Not Be Notified Of The Results Of The Evaluation. Firms Responding To This Sources Sought Announcement, Who Fail To Provide All Of The Required Information Requested, Will Not Be Used To Help The Government Make The Acquisition Decision, Which Is The Intent Of This Sources Sought Announcement. your Response Is Limited To 10 Single-sided Pages Total – Using 10pt Font. Please Label Your Email Response As Follows: Subject: Response To W912p725s0004: Sources Sought Market Research For “maintenance Dredging.” all Interested Contractors Or Potential Offerors Having The Skills And Capabilities Necessary To Perform The Described Services Above Should Notify This Office In Writing By Email Or Mail By 3:00 Pm Pacific Time On February 5th, 2025. Submit Response And Information To: Mary.fronck@usace.army.mil And Logan.champlin@usace.army.mil.

Jefferson Parish Government Tender

Civil And Construction...+1Drainage Work
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents 
Details: Public Notice Soq 25-002 Routine Engineering Services For Drainage Projects (supplemental) The Parish Of Jefferson, Authorized By Resolution No. 145514 Is Hereby Soliciting A Statement Of Qualifications (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) For Additional Persons Or Firms Interested In Providing Routine Engineering Services For Drainage Projects In Jefferson Parish, Who Are Not One Of The Fifty-one (51) Persons Or Firms Approved By Resolution No. 144663, Dated August 7, 2024. Routine Engineering Services Are For Contracts Where The Total Engineering Fee, Exclusive Of Resident Inspection Services, Will Not Exceed $500,000.00 Per Assignment. Firms Deemed Qualified For This Work Shall Be Eligible For Award Of Routine Drainage Contracts For The Remainder Of The Two-year Period Beginning August 7, 2024. Deadline For Submissions: 3:30 P.m. On February 21, 2025 The Following Criteria Will Be Used To Evaluate The Statement Of The Firms Submitting: 1) Professional Training And Experience In Relation To The Type Of Work Required For The Routine Engineering Services - 35 Points; 2) Size Of Firm, Considering The Number Of Professional And Support Personnel Required To Perform The Type Of Routine Engineering Tasks, Including Project Evaluation, Project Design, Drafting Of Technical Plans, Development Of Technical Specifications And Construction Administration – 10 Points; 3) Capacity For Timely Completion Of Newly Assigned Work, Considering The Factors Of Type Of Routine Engineering Task, Current Unfinished Workload, And Person Or Firm’s Available Professional And Support Personnel - 20 Points; 4) Past Performance By Person Or Firm On Parish Contracts - 10 Points (assertions Of Fault By A Person Or Firm, Which Shall Include Time Delays, Cost Over-runs, And Or Design Inadequacies In Prior Work Completed For The Parish Shall Be Evidenced By Substantiating Documentation Provided By The Director Of Public Works For The Requesting Department Or The Director Of Engineering And Received By The Chairman Of The Evaluation Committee A Minimum Of Two (2) Weeks Prior To The Scheduled Date Of The Technical Evaluation Committee Meeting.). 5) Location Of The Principal Office - 15 Points (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).); 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 - 15 Points (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.); 7) Prior Successful Completion Of Projects Of The Type And Nature Of Routine Engineering Services, As Defined, For Which Firm Has Provided Verifiable References - 5 Points; The Person Or Firm Submitting A Statement Of Qualifications Shall Have The Following Minimum Qualifications: One Principal Who Is A Professional Engineer Who Shall Be Registered As Such In Louisiana A Professional In Charge Of The Project Who Is A Professional Engineer Who Shall Be Registered As Such In Louisiana With A Minimum Of Five (5) Years Experience In The Disciplines Involved One Employee Who Is A Professional Engineer Registered As Such In Louisiana In The Field Or Fields Of Expertise Required For The Project (a Sub-consultant May Meet The Requirement Only If The Advertised Project Involves More Than One Discipline.) 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. 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 Architectural, Engineering, Surveying, And Laboratory And Field Services Tasks. The Estimated Fees For This Work May Vary Among Different Assignments; However, No Individual Assignment Can Have A Fee Exceeding $500,000.00, Exclusive Of Resident Inspection Services. There Is No Limit To The Number Of Assignments That Can Be Awarded To A Person Or Firm. The Person Or Firm Submitting A Statement Of Qualification (jefferson Parish Technical Evaluation Committee (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 (jefferson Parish Technical Evaluation Committee (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 (jefferson Parish Technical Evaluation Committee (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 Submittals 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 And 22, 2025

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Excavation
United States
Closing Date24 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Notice Only For 2026-2028 Homer Harbor & Ninilchik Harbor Maintenance Dredging. Offers Or Proposals Will Not Be Accepted For This Notice. This Is Not A Pre-solicitation. the Alaska District Of The U.s. Army Corps Of Engineers Is Conducting Market Research To Facilitate A Determination Of Acquisition Strategy Prior To Releasing A Solicitation For This Anticipated Project. The Determination Of Acquisition Strategy Lies Solely With The Government And Will Be Based On Market Research And Information Available To The Government From Other Sources. Please Note That This Sources Sought Is For Information Only And Does Not Constitute A Solicitation For Competitive Offers/proposals And Is Not To Be Construed As A Commitment By The Government. However, All Interested Parties Who Believe They Can Meet The Requirement Are Invited To Submit Information Describing Their Capability To Provide The Required Services. description Of Work: The Project Is To Perform Pre- And Post-dredge Surveys, Annual Maintenance Dredging, And Upland/intertidal Placement Of Dredged Materials At Homer Harbor In Homer, Alaska And Ninilchik Harbor In Ninilchik, Alaska. Work At Both Harbors Shall Be Performed With A Combination Of Floating Plant And Land-based Excavation And Hauling Equipment. The Work Period, Subject To The Timeframes Described Below For Each Harbor, Shall Begin In 2026 With Options For 2027 And 2028. for Homer Harbor, Maintenance Dredging Of An Estimated 7,000 Cubic Yards (cy) Of Recently Shoaled Silt, Sand, Gravel, And Cobbles Shall Occur Each Year In September To Mid-october And Focus Primarily Within The Channel Where The Project Depth Is -20 Feet Mean Lower Low Water (mllw). The Project May Include Options For Biannual Maintenance Dredging Of Approximately 10,000 Cy Of Similarly Shoaled Material From The Us Coast Guard Dock (april To Mid-may And September To Mid-october) Where The Project Depth Is -26 Feet Mllw. Maintenance Dredging Shall Be Performed Using A Cutter-head Pipeline Dredge With Material Pumped To An Upland Dewatering Site Adjacent To The Harbor. Work Shall Be Accomplished In A Manner That Keeps The Harbor Accessible To Boat And Vehicular Traffic. Dewatered Dredged Material May Require Hauling To An Upland Or Intertidal Site Located On The Homer Spit. for Ninilchik Harbor, Maintenance Dredging Of An Estimated 11,000 Cy Of Silt, Sand, Gravels, Cobbles, And Boulder-size Pieces Of Coal Shall Occur Each Year In Late April To Mid-may (subject To Harbor “ice Out” Conditions) For Both The Entrance Channel And Mooring Basin Where The Project Depth Varies From +9 To +2 Feet Mllw. Maintenance Dredging Shall Be Performed Using A Combination Of Cutter-head Pipeline Dredge And Land-based Equipment To Place The Dredged Material On An Intertidal Site Adjacent To The Harbor. the Contractor Is To Furnish All Labor, Equipment, Supplies, Materials, Supervision, And Other Items And Services Necessary To Accomplish The Work. The Contractor Shall Comply With Commercial And Industry Standards As Well As All Applicable Federal, State, And Local Laws, Regulations, And Procedures. The Total Estimated Magnitude Of Construction For Base And Option Items Is Between $1,000,000 And $5,000,000. The Type Of Contract Shall Be Firm-fixed Price. Construction Wage Rates (formerly Davis Bacon Act Wage Rates) Shall Apply. The Estimated Award Date Of This Contract Is January 2026. This Procurement Is Subject To The Availability Of Funds. if The Project Is Cancelled, All Proposal/bid Preparation Costs Will Be Borne By The Offeror. If A Large Firm Is Selected For This Contract, The Firm Must Comply With Far 52.219-9 Regarding The Requirements For A Subcontracting Plan For That Part Of The Work It Intends To Subcontract. all Offerors Are Advised That They Must Be Registered In The System For Award Management (sam) (www.sam.gov) Before Submitting A Proposal. Joint Ventures Must Also Be Registered In Sam As A Joint Venture. Offerors Are Advised To Begin This Process When They Prepare Their Proposal In Order To Ensure Registration Is In Place Should They Be Selected For Award. Lack Of Registration In The Sam Database Would Make An Offeror Ineligible For Award. the Intent Of This Sources Sought Is To Solicit Interest From Qualified Firms With A Primary North American Industrial Classification System (naics) Code Of 237990 – Other Heavy And Civil Engineering Construction, Which Has A Small Business Size Standard Of $37 Million. In Accordance With Far 19.501 Paragraph (c) The Contracting Officer Shall Conduct Market Research And Review The Acquisition To Determine If This Acquisition Will Be Set Aside For Small Business Or Considered For An Award To A Small Business Under The 8(a) Program (see Far Subpart 19.8), Hubzone (see Far Subpart 19.13), Service-disabled Veteran-owned (see Far Subpart 19.14), Or Women-owned Small Business Program (see Far Subpart 19.15). If The Acquisition Is Set Aside For Small Business Based On This Review, It Is A Unilateral Set-aside By The Contracting Officer. the Requirement For The Submission Of Both Performance And Payment Bonds In An Amount Equivalent To 100% Of The Award Price Shall Be Applicable. Therefore, The Successful Firm Shall Have The Capability To Acquire Such Bonding. this Is A Sources Sought Open To All Qualified Prime Contractor Firms (large And Small Businesses Under Naics 237990). All Interested Firms Are Encouraged To Respond To This Announcement No Later Than 24 February 2025 By 2:00 Pm Alaska Akst, By Submitting All Requested Documentation Listed Below To: Us Army Corps Of Engineers, Alaska District, Attn: Cepoa-ct Melanie Depuy, Po Box 6898, Jber, Ak 99506-0898 Or Via Email To Melanie.depuy@usace.army.mil And Jennifer.gosh@usace.army.mil. interested Prime Contractor Firms Are Encouraged To Submit A Capabilities Package (not Exceeding 5 Pages) Demonstrating The Ability To Perform The Work Described Above. Packages Should Include The Following Information Regarding Their Company: 1. Company Name, Address, Uei Number, Cage Code, Business Size Under The Applicable Naics Above, And Point Of Contact Information Including Email And Phone Number. 2. Sam Status, Large Or Small Business Status Under The Applicable Naics Above, And Type Of Small Business (8a, Hubzone, Service-disabled Veteran-owned, Women-owned, Etc.) 3. Firm’s Single Project Bonding Capability/limit. 4. Demonstration Of The Firm’s Experience As A Prime Contractor On Projects Of Similar Size, Type, And Complexity Within The Past Six Years. List Actual Projects Completed And Include Project Title, Location, And A Brief Description Of The Project. 5. Your Company’s Intent To Propose On The 2026-2028 Homer Harbor & Ninilchik Harbor Maintenance Dredging Project As A Prime Contractor. interested Parties Are Invited To Submit A Response To This Sources Sought By The Response Time Stated Above. Please Submit All Documentation By Email In Pdf Format. Responses Received After This Time And Date May Not Be Reviewed.

DEFENSE LOGISTICS AGENCY USA Tender

Chemical Products
Corrigendum : Closing Date Modified
United States
Closing Soon1 Mar 2025
Tender AmountRefer Documents 
Details: Notice To Offerors: 1. The Defense Logistics Agency Energy (dla Energy), As The Department Of Defense (dod) Integrated. Material Manager (imm) For Aerospace Energy Products And Related Services Has A 60-month Requirement From 01 July 2025 To 30 June 2030 For The Delivery Of Aviator Breathing Oxygen (abo) And Liquid Nitrogen (ln2) And Ancillary Services To Multiple Locations Under North East Ppn 9.1a. product: a. Aviator’s Breathing Oxygen (abo), Type Ii, Nsn 6830-01-644-2463, Shall Meet The Requirements Of The Most Current Version Of Mil-prf-27210 b. Liquid Nitrogen (ln2), Type Ii, Nsn 6830-01-644-2557, Shall Meet The Requirements Of The Most Current Version Of Commercial Item Description (cid) A-a-59503. related Non-recurring Services: a. Tank Usage Fee (ea) – Se0000171 b. Installation Of Equipment (ea) – Se0000175 c. Removal Of Equipment (ea) – Se0000175 d. Expedited/emergency Delivery (ea) – Se0000177 e. Detention Fee (ea) – Se0000178 f. Fill Line Restriction Orifice (ea) – Se0000180 g. Tank Hot Fill (ea) – Se0000182 h. Equipment Usage Fee (ea) – Se0000223 the Estimated Quantity For Each Site For Aviator Breathing Oxygen (abo) Is As Follows: 60,000 Ug6 For Fob Destination For Andrews Afb, Md; 84,000 Ug6 For Atlantic City Ang, Nj; 70,000 Ug6 Baltimore Ang, Md; 120,000 Ug6 For Barnes Ang, Ma; 45,000 Ug6 For Connecticut Ang, Ct; 65,000 Ug6 For Dover Afb, De; 36,000 Ug6 For Fort Wayne Ang, In; 40,000 Ug6 For Harrisburg Ang, Pa; 140,000 Ug6 For Langley Afb, Va; 120,000 Ug6 For Louisville Ang, Ky; 96,500 Ug6 For Martinsburg Ang, Va; 240,000 Ug6 For Mcguire, Afb, Nj; 33,000 Ug6 For New Castle Ang, De; 160,000 Ug6 Oceana Nas, Va; 60,000 Patuxent River Nas, Md; 180,000 Ug6 For Pittsburg, Pa; 54,000 Ug6 For Quonset Ang, Ri; 40,000 Ug6 For Selfridge Angb, Mi; 95,000 Ug6 For Stewart Angb, Ny; 40,000 Ug6 For Stratton Ang, Scotia, Ny; 60,000 Ug6 For Toledo Ang, Oh; 30,000 Ug6 For Volk Field Angb, Wi; 70,000 Ug6 West Hampton Beach, Ny; 105,000 Ug6 For Westover Arb, Ma; 100,000 Ug6 For Wright Patterson Afb, Oh; And 70,000 Ug6 For Youngstown Ars, Oh. the Estimated Quantity For Each Site For Liquid Nitrogen (ln2) Is As Follows: 25,000 Ug6 For Fob Destination For Andrews Afb, Md; 254,000 Ug6 For Dover Afb, Va; 180,000 Ug6 For Oceana Nas, Va; 65,125 Ug6 For Patuxent River Nas, Mi; 12,000 Ug6 For Toledo Ang, Oh; And 462,000 Ug6 For Westover Arb, Ma. 2. The Government Intends To Award One (1) Firm-fixed Price Requirements Type Contract Using Federal Acquisition Regulation (far) Part 12, Acquisition Of Commercial Items And Far Part 15, Contracting By Negotiation, As Applicable. Award Will Be Made To The Offeror Determined To Be The Best Value To The Government, Price And Other Factors Considered, Using The Lowest Price Technically Acceptable Source Selection Process In Accordance With Far 15.101-2. The Offeror Is Encouraged To Submit Their Best And Final Offer, The Government Reserves The Right To Award Without Discussions Or Negotiations. 3. The Clauses And Provisions Shown Throughout This Solicitation And Any Resultant Contract(s) That Have Only The Clause/provision Number, Title, And Date, And As Such, Are Not Shown In Full Text, Are Hereby Considered To Be Incorporated By Reference In Accordance With Far 52.252-1 Solicitation Provisions Incorporated By Reference Or Far 52.252-2 Clauses Incorporated By Reference, As Applicable. 4. The Offeror Must Comply With The Requirements Listed In Far 52.212-1 Addendum Instructions To Offerors-commerical Products And Commercial Services Listed In Attachment I, Requirements Page And All Offers Will Be Evaluated In Accordance With Far 52.212-2 Addendum Evaluation-commercial Products And Commercial Services. 5. Offerors Are Advised Of The Possibility That Their Proposals May Be Found Unacceptable If Exceptions Are Taken To The Solicitation Requirements. Clarification Of Government Requirements Should Be Requested By The Offeror By Submitting Questions And/or Recommended Changes Not Later Than 10 Calendar Days After Issuance Of The Solicitation. All Exceptions To The Solicitation Requirements (including The Soo) And Supporting Rationale Shall Be Identified As Such And Consolidated Into An Overview Section Of Subject Volume. An Overview Section Is Only Required If The Offeror Takes Exception To Any Requirement In The Solicitation. The Overview Section Will Not Be Included In The Page Count. Exception(s) To Solicitation Requirements May Require The Government To Amend The Solicitation To Reflect Requirement Change(s). If The Offeror Takes No Exception To The Stated Requirements, A Statement To This Effect Shall Be Included In The Respective Volume. 6. The Contracting Officer May Request That A Dla Energy Quality Assurance Representative (qar) Perform A Pre-award Survey (pas) In Accordance With Far Part 9. 106-1 To Ensure That The Capabilities Exist To Support The Requirement The Offeror Bid Against, Mitigating Risk Of Non-performance Due To Lack Of Capability And May Include An On-site Review. If Requested, The Offeror And Its Employees, Including Those At The Fill Point And/or Production Facility, Shall Be Required To Participate Fully In The Pas Process. The Dla Energy Contracting Officer Will Discuss Any Pas Results Recommended By The Qar That Is Other Than "recommend Full Award." 7. Question And Answer (q&a) Period: To Encourage Maxim Participation On All Line Items Of The Sf 1449, A Q&a Period Has Been Established From Issue Date Of Solicitation Spe601-25-r-0309 To 05 February 2025 By 15:00 Pm Central Time Zone. All Potential Offerors Are Advised To Ask Any And As Many Questions As Necessary To Gain A Clear Understanding Of The Requirements For The Submission Of Their Proposal. No Further Questions Will Be Accepted After The Closing Date/time. All Questions Should Be Emailed To Carrie.harmon@dla.mil And Jessica.negron@dla.mil. Answers To Questions Received By The Closing Date Will Be Consolidated And Provided Via An Official Amendment To The Solicitation And Posted In Https://sam.gov/, If Applicable. Extensions Of Closing Date To An Open Solicitation Are At The Sole Discretion Of The Contracting Officer And Will Be Issued Via An Amendment, If Applicable. 8. Taxes And Fee Information: Offerors Shall Not Include In Their Offer Prices, Including In The Prices Of Any Subcontractor, Any Taxes From Which The United States Government Is Exempt. 9. All Offers Must Be Received Nlt 21 February 2025 At 15:00 Pm Central Time (ct). All Responsible Sources May Submit A Proposal, Which Will Be Considered By The Agency. All Potential Offerors Are Advised To Check Https://sam.gov Frequently For Any Solicitation Amendments (updated) And Are Reminded That They Shall Acknowledge In Their Prospective Submitted Proposals By Completing The Solicitation (sf1449 Blocks 30a-30c) And Amendment(s) (sf30 Blocks 15a-15c) And Submit To Dla Energy By Email To Carrie.harmon@dla.mil And Jessica.negron@dla.mil, Prior To The Solicitation Closing Date/time. Only Emailed Requests For The Solicitation Received Directly From The Requestor Are Acceptable. Any Offer Received After The Closing Time And Date Of 21 February 2025 At 15:00 Pm Central Time (ct), Will Be Considered "late" And Will Be Handled In Accordance With Far 52.212-1(f). 10. Award Without Discussions: Offerors Are Directed To Paragraph(g) Of Far 52.212-1, Instructions To Offerors. While The Government Intends To Evaluate Proposals In Accordance With Far 52.212-1 Addendum Instructions To Offerors-commerical Products And Commercial Services, Lowest Price Technically Acceptable Source Selection Process And Award A Contract(s) Without Discussion, It Reserves The Right To Conduct Discussions If Later Determined By The Contraction Officer To Be Necessary. Therefore, Those Participating Are Advised To Submit Their Best Prices With Their Initial Offer. If The Contracting Officer Determines That Discussions Are Necessary, The Government Will Then Evaluate Proposals And Award A Contract After Conducting Discussions With Offerors Whose Proposal Have Been Determined To Be Withing The Competitive Range. 11. Placing Orders: In Accordance With F0001 F1.11 Dla Internet Bid Board System (dibbs) (dla Energy) (apr 2014), The Contractor Shall Use Dibbs To Receive Orders. Contractors Must Register In Dibbs To Obtain A Login Account At Https://www.dibbs.bsm.dla.mil/. The Login Account Will Allow A Contractor To Register A Primary And Alternate Email Address For Notifications. All Contractors Must Have An Active System For Award Management (sam) Account In Https://sam.gov/ To Register For Dibbs. 12. Points Of Contact: For Any Clarification, Explanation, Or Additional Information About This Solicitation, Please Contact Via Email: Carrie Harmon, Contract Specialist, Carrie.harmon@dla.mil And Jessica Negron, Contracting Officer, Jessica.negron@dla.mil. 13. For Questions Regarding Small Business Or Small Disadvantage Business Affairs Should Be Addressed To The Dla Energy Small Business Office At Dla.energy.osbp@dla.mil Or 1-800-526-2601 / 703-767-9400. 14. Offer Submission: All Potential Offerors Must Consist Of A Price Proposal (see Attachment G - Pricing Worksheet Spe60125r0309) And Technical Proposal (requirements Are Found In Attachment I - Requirements Page 12 And Continued On Page 13). All Potential Offerors Are Advised To Carefully Review The Solicitation, Attachments And Any Subsequent Amendments Identified By Solicitation Number Spe601-25-r-0309. 15. Proposal Requirements, (see Pages 10 Through 13 Of Attachment I - Requirements Page) Far 52.212-1 Addendum Instructions To Offerors-commerical Products And Commercial Services. 16. All Offerors Must Provide Submission Of Past Performance References (see Attachment D - "contractor Performance Data Sheet"). 17. All Offerors Are Advised To Insert The Cage Code (5-digit Alphanumeric Code) In Block 17a Of The Standard Form 1449, In The Box Labeled “cage Code.” 18. All Offerors Are To Complete Energy Qap 33.10 Found In Solicitation Attachments Located In Attachment C - Energy Qap 33.10. Failure To Complete Energy Qap33.10 May Deem Submitted Proposal Incomplete As To Not Be Included In The Competitive Range. 19. Please Submit All Vendor Pricing (unit Price, Total Price) On Attachment G - Pricing Worksheet Spe60125r0309.

FOREST SERVICE USA Tender

Agriculture or Forestry Works
Corrigendum : Closing Date Modified
United States
Closing Date22 Feb 2025
Tender AmountRefer Documents 
Details: Amendment 2: Extends Respose Date To 2/21/25. Adds Schedule Of Items With Estimated Acreage For Each Forest Under R5 North Zone, California. Reminder To Submit All Documents As Requested In Section 12 Below. amendment 1: Extend Response Date To 2/17/25. We Are Working On Providing Acreage Information And Answers To Q&a Received.we Will Post This Information Within The Next Week Or So. Request For Information North Zone/region 5 Mechanical Fuels Reduction 1.0. Description 1.1.overview the United State Department Of Agriculture, Forest Service In Support Of (6) Six Forests In The California North Zone/region 5 (klamath National Forest, Lassen National Forest, Mendocino National Forest, Modoc National Forest, Shasta-trinity National Forest And Six Rivers National Forest) Is Conducting A Market Survey To Determine The Interest, Capability Of Industry, Expectant Cost, Necessary Timeframe, And Recommendations To Provide Mechanical Vegetation Manipulation Essential For Timber Stand Improvement And Fuel Reduction Treatments. Vicinity Maps Identifying Forest Locations Shall Be Included In The Project Task Orders. Tasks May Be Located On The Following Forests Listed Above. 1.2request For Information Limitations this Is A Request For Information (rfi) Only. This Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Request For Quote (rfq) Or Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Rfi Does Not Commit The Government To Contract For Any Supply Or Service. Respondents Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party’s Expense. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfq Or Rfp, If Any Is Issued. 2.0 Background the North Zone Of Region 5 In California Encompasses A Diverse Range Of National Forests That Represent The Rich Ecological, Cultural, And Recreational Resources Of The Region. These Forests Include Theklamath National Forest, Lassen National Forest, Mendocino National Forest, Modoc National Forest, Shasta-trinity National Forest And Six Rivers National Forest. spanning Across Northern California, These Forests Offer A Diverse Array Of Landscapes, From Rugged Mountain Ranges And Volcanic Plateaus To Lush River Valleys And Dense Old-growth Forests. Home To Diverse Ecosystems Supporting A Wide Variety Of Unique Wildlife And Plant Species, Including Several Rare And Endangered Varieties. These Forests Also Provide Critical Watershed Functions, Ensuring Clean Water For Surrounding Communities And Habitats. in Addition To Their Ecological Significance, The North Zone Forests Have Deep Cultural And Historical Importance, With Ties To Indigenous Tribes Who Have Inhabited The Area For Thousands Of Years. They Also Offer Abundant Recreational Opportunities, Such As Hiking, Camping, Fishing, And Winter Sports, Making Them Valuable For Both Residents And Visitors Seeking To Experience The Natural Beauty Of Northern California. the Importance Of Mechanical Vegetation Manipulation And Fuel Reduction Treatments Has Become Increasingly Evident. These Practices Are Vital For Maintaining Forest Health And Resilience, Especially In The Face Of Climate Change And The Growing Intensity Of Wildfires In California. Mechanical Thinning, Prescribed Burns, And Other Fuel Reduction Treatments Help To Reduce The Build Up Of Hazardous Fuels, Decrease Wildfire Severity, And Protect Communities And Critical Infrastructure. Additionally, These Treatments Promote Growth Of Native Vegetation, Enhance Wildlife Habitat, And Improve Overall Forest Ecosystem Function. through Sustainable Forest Management And Conservation Efforts, The Forests In The North Zone Of Region 5 Collectively Support Biodiversity, Environmental Health, Fire Resilience And Fostering Community Engagement With The Natural World. 2.1. Technical Definitions brush Stem: Any Brush Or Forbs, 1/2 Inch Diameter Or Larger, 12 Inches From The Ground. conifer: A Cone-bearing Tree With Needles Or Leaf Scales. Examples Are Fir, Pine And Cedar. crop Tree/ Leave Tree: Trees Selected In The Stand To Be Left To Meet The Technical Specifications. cut Tree: Trees That Are To Be Removed From The Stand Not Needed To Meet The Technical Specifications. damaged Tree: Any Tree With A Broken Cambium Layer. diameter At Breast Height (dbh): The Diameter Of A Tree Measured At Breast Height, 4 ½ Feet From Ground Level On The Uphill Side. hardwood: Trees With Broad Leaves Rather Than Needles. Examples Are Oak, Madrone And Chinquapin. masticate: Chipping, Shredding Or Grinding To An Average Size And Distributed Evenly Over Whole Area, Specifications Will Be Identified By Task Order. riparian Habitat Conservation Area (rhca) Or Riparian Reserve: A Zone Established For The Protection Of Riparian Areas In Which The Use Of Mechanized Equipment Is Restricted. Maps Showing Rhca Locations And Widths Will Be Provided With Each Task Order. sanitation Tree: Tree Wounded By Animals Or Infected With Disease. stump Height: Stump Height Shall Not Exceed 4 Inches From The Ground On The Uphill Side Or 4 Inches Above Natural Obstacles. tractor Pile: A Soil-free Pile Of Vegetative And/or Slash Material, Constructed To Allow For Obstacle Free- Burning. unit Or Individual Treatment Area: Unit Boundaries Will Be Designated By, Flagging, Roads, Timber And/or Other Obvious On-the-ground Features. Boundaries May Be Digitally Designated Using Georeferenced Maps Suitable For Uploading Into Applications Such As Avenza Or Other Compatible Applications. 2.2. Technical Requirements/performance Specifications the Forest Service Expects To Improve Forest Health By Reducing Stand Density, Vegetative And Tree To Tree Competition, As Well As Rearranging Fuel Concentrations. the Contractor(s) Will Be Expected To Use Silvicultural And Forestry Knowledge To Identify And Adjust To Changing Conditions Within Stands And Notify The Contracting Officer And/or Their Representative Of Any Conditions Not Addressed In The Treatment Prescription(s). Treatment Prescriptions Can Be Found In The Detailed Unit Information Sheets (duis) Attached To Each Task Order. The Contractor(s) Shall Be Able To Demonstrate An Ability To Interpret And Carry Out The Requirements Prescribed In The Duis And Recognize Any Insect, Disease, Or Animal Damage Problems And Report Them To The Contracting Officer. work Under This Contract Is Subject To Requirements Under The National Environmental Policy Act (nepa), Fire Restrictions Under Project Activity Levels (pal), Wildlife Considerations Under Limited Operation Periods (lop), Resource Protection Best Management Practices (bmps) And Wet Weather Operations Protocol. This List Is Not Necessarily Conclusive. Please Note These Requirements Are Subject To Change And/or Updating As Determined By State And Federal Regulations. it Is Anticipated The Following Mechanical Vegetation Treatment/fuel Reduction Efforts Will Be Performed: mechanical Brush Mastication mechanical Brush And Pre-commercial Tree Thinning Mastication precommercial Tree Thinning Mastication mastication By Task Order mastication Site Preparation mechanical Site Preparation (tractor) ripping Of Furrows the Following Are General Explanations Of Anticipated Work That Will Be Expected By The Government: brush Mastication: Cut All Brush Within The Project Area To The Specifications Negotiated At Time Of Task Order Award. brush Mastication And Precommercial Thinning: Masticate All Brush And Precommercial Thin Conifers To The Specifications Negotiated At Time Of Task Order Award. mechanical Precommercial Thinning: Precommercial Thinning To Be Performed With Mastication Equipment. Spacing And Conifer Size Will Be Negotiated At Time Of Task Order Award. mastication By Task Order: Includes Specialized Work Not Described In The Above. Work May Include Cutting Of Larger Material Such As Trees (maximum 12”dbh) And Mastication Of Post-harvest Timber Sales To Reduce Slash Loads. Specifications Will Be Provided For Each Task Order. mastication For Site Preparation: Mulching Of Live (including But Not Limited To Natural Seedlings, Saplings, Brush And Forbs) Or Dead Vegetation And Logging Slash Into The Ground To Create An Area Suitable For Planting Of Seedlings. Specifications Will Be Negotiated At Time Of Task Order Award. mechanical Site Preparation: Construct Piles Of Slash, In Such A Way As To Not Accumulate Topsoil And Allow It To Burn Cleanly. Specifications Will Be Negotiated At Time Of Task Order Award. ripping Of Furrows: Rips Will Be Parallel And Follow The Natural Contour Of The Unit Areas. Specifications Will Be Negotiated At Time Of Task Order Award. contractor Shall Provide All Equipment, Labor, Materials, Supervision, Transportation And Any Incidental Services To Perform All Required Work. Contractor Shall Be Required To Supply And Maintain A Quality Control Plan And Self-inspection Of Work To Be Performed. Contractor’s Performance Shall Be In Accordance With An Approved Work Plan And Schedule That Will Be Required On Every Task. 2.2.1 Site Conditions site Conditions Can Vary Greatly From Site To Site. Contractors Are Highly Encouraged To Visit All Sites Prior To Quoting. Mechanical Treatments Are Limited To Slopes Less Than 50%. Brush Is Expected To Be Heavy Over Most Work Areas. Vegetation Consists Of Mixed Tree Species, Such As Ponderosa Pine, Douglas Fir, White Fir, Incense Cedar, Sugar Pine, Shasta Red Fir, Western White Pine, Lodgepole Pine, Knobcone Pine And Juniper. Hardwood Tree Species Include Oregon White Oak, California Black Oak And Pacific Madrone And California Live Oak. Brush Species Such As Green Leaf Manzanita, White Leaf Manzanita, Snowbrush, Sagebrush, Chinquapin, Mountain Mahogany, Whitethorn, Bitter Cherry, Bitterbrush, Ceanothus, Tanoak, And Chemise Exist Throughout The Treatment Areas. Most Units Have A Variety Of Brush And Shrub Species Mostly Made Up Of Manzanita, Snowbrush, Sagebrush, Chinquapin, Mountain Mahogany, Whitethorn, Bitter Cherry And Bitterbrush. More Specific Stand Information Is Provided On The Duis In Each Task Order. site Conditions May Include, But Are Not Limited To The Following: slope Ranges From 0% To 50% trees Per Acre In Plantations Ranges From 130-600 rock Cover Ranges From 10% To 50% brush Cover Ranges From 0 – 100%, Brush Heights Vary From Site To Site, Average Vegetation Height Will Be Provided In The Duis windrows, Berms, And Side Casting Inside Some Units manmade Hazards Such As Wire, Old Logging Cable, And Cattle Fencing May Be Present 2.2.2. Boundaries unit Boundaries Will Be Designated On Maps, Aerial Photos And/or In Gps Shape Files. On The Ground Boundary Designation May Be By Obvious Roads, Timber Lines, Vegetation Type Changes And/or Other Features. Boundaries, Other Than For Easily Identifiable Cutting Lines As Listed Above May Be Marked By The Government With Contract Boundary Flagging And Tags. Perimeters Of The Work Areas Could Be Identified On Aerial Photos, As Well As Reference Maps, Included With Task Orders. Where Possible, The Gross Size Of Work Units In Each Item Has Been Determined Via (gps) Global Positioning Systems And/or Geographic Information Systems (gis). Accessible Reference Points Along The Perimeter Of Work Areas Are Identified With Boundary Flagging, I.e., Corners. The Entire Perimeters Of Inaccessible Work Areas May Not Be Flagged. Where Aerial Photos Or Maps And The On-ground Designation Conflict, The On-ground Designation Shall Govern Unless Otherwise Directed By The Contracting Officer. contractors Shall Have A Gps Receiver Unit On Each Piece Of Shredding Equipment Compatible With National Forest Gis Systems Capable Of Meeting Current Tested Accuracies For Distance-direction Methods, Pursuant To Forest Service Handbook (fsh) 2409.12 – Timber Cruising Handbook, Chapter 50 – Area Determination. Chapter 50 And Meet The Standards Set Forth In: R5 Supplements To Fsh 2409.12, Chapter 50. Shape Files Of The Perimeters Of Work Areas Will Be Downloaded To Contractor Owned Gps Receiver(s) Units Which Are Compatible With National Forest Gis Systems. Unit Shape – The Contractor’s Mapped Unit Shall Be Similar To That Of The Government. There Should Be No Obvious Or Significant Differences In Unit Shape That Could Occur If Gps Position Fixes Are Too Far Apart To Portray A True Representation Of Unit Shape. The Perimeter Distance Traversed By The Contractor Shall Be Similar To That Of The Government. Payment Will Be Based On Actual Treatment Acres Determined By Gps After The Contractor Has Completed The Unit. 2.2.3 Archaeological Sites areas, Identified By The Forest Service To Be Of Archaeological Interest Will Be Flagged And Noted On The Contract Map Prior To Commencement Of Work On The Site. If A Contractor Is Working In An Area And Notices An Unidentified Area That May Be Of Archaeological Interest, Contractor Shall Stop Work In That Area Until Forest Service Can Inventory The Site. 2.2.4. Accessibility accessibility Is By All-weather And Seasonal Roads. Project Area May Be Reached Via County And Forest Service Roads And Are Accessible By Standard Pickup During The Normal Operating Seasons. Four-wheel Drive Vehicles Equipped With Snow Tires And Chains May Be Necessary When Snow, Mud Or Ice Is Abundant In The Project Area Or On Four-wheel Drive Roads. Inaccessibility Due To Snow, Fallen Trees, Slides Or Washouts On Roads May Or May Not Be Corrected At The Option Of The Government. The Government May Direct The Contractor To Use An Alternative Route Under The Changes Clause Of This Contract. Additionally, If Road Access Is Blocked, The Government May Require Walk-in To Units That Are Inaccessible By Road. However, It Is Advisable That The Contractor Have A High Clearance 4x4 Vehicle For Spring And Late Fall Work. Vehicles Shall Not Operate Off System Roads Without Prior Written Approval Of The Contracting Officer. the Government Assumes No Obligations To Do Special Road Maintenance To Keep Roads Open. at Times Spur Roads Shown On Project Maps May Not Be Accessible By Vehicle But Show A Previously Known Road To The Work Area. 2.2.5. Equipment Cleaning contractor Shall Clean All Off Road Equipment Prior To Arrival On The Work Site, Making Sure That Equipment Is Free Of Soil, Seeds, Vegetative Matter, Or Other Debris That Could Contain Or Hold Seeds. Areas Identified By The Forest Service As Being Infested With Invasive Species Of Concern Must Not Move Equipment Off-site Without First Taking Reasonable Measures To Make Each Such Piece Of Equipment Is Free Of Soil, Seeds, Vegetative Matter, Or Other Debris That Could Contain Or Hold Seeds. Contractor Must Advise Forest Service Of Measures Taken To Clean Equipment Prior To Moving Equipment Off-site. Reasonable Measures Shall Not Require The Disassembly Of Equipment Components Or Use Of Any Specialized Inspection Tools. 3.0 Safety contractors Shall Have, And Maintain, A Written Safety Plan For The Duration Of The Contract. The Safety Plan Is Due To The Contracting Officer Within 10 Days Of Award. The Safety Plan Must Be Available On-site And Must Be Updated For Project Specific Information By Task. The Contracting Officer Representative Will Obtain A Copy Of The Site-specific Safety Plan From The Contractor On The First Day Of Work. fuel Reduction Activities Are Known To Have Inherently Hazardous Conditions Associated With Working In The Woods, E.g.: Sharing The Road With Log Trucks, Private And Government Vehicles; Ticks, Snakes, And Bees; Working Below Someone Else On Steep And Rocky Terrain, Chainsaw Operations, And Hazard Trees That Are Susceptible To Wind Throw That Could Lead To Serious Injury Or Loss Of Life. some Task Orders May Contain A Government Job Hazard Analysis (jha) In Order To Convey To The Contractor Known Hazards. The Site-specific Safety Plan Shall Comply With The Jha And The Contractor Shall Provide The Project Safety Person Who Shall Be Responsible For Enforcing The Safety Plan. 4.0. Protection, Use And Maintenance Of Improvements the Contractor, In All Phases Of Contract Operations Shall Protect Insofar As Practicable All Land Survey Corners, Telephone Lines, Ditches, Fences And Other Improvements. If Such Improvements Are Damaged By Contractor Operations The Contractor Shall Restore Them Immediately To Condition Existing Immediately Prior To Contractor’s Work. When Necessary, The Government May Require The Contractor To Move Such Telephone Lines, Fences Or Improvements From One Location To Another. All Roads And Trails Designated By The Forest Service As Needed For Fire Protection Shall Be Kept Free Of Logs, Brush, And Debris Resulting From Contractor Operations. 5.0. Landscape Preservation the Contractor Shall Give Attention To The Effect Of Contract Operation Upon The Landscape, Shall Take Care To Maintain Natural Surroundings Undamaged, And Shall Always Conduct The Work In Compliance With The Following Requirements. a. Prevention Of The Landscape Defacement. The Contractor Shall Not Remove, Deface, Injure, Or Destroy Trees, Shrubs, Lawns, Or Other Natural Features Or Any Other Improvements In The Work Area Unless Specifically Authorized By The Contracting Officer. Unless Otherwise Provided Herein, The Contractor Shall Confine Contract Operations To Within The Areas Designated In Contract Documents. b. Protection Of Streams, Lakes, And Reservoirs. The Contractor Shall Take Sufficient Precautions To Prevent Pollution Of Streams, Lakes, Small Ponds, And Reservoirs With Fuels, Oils, Bitumens, Calcium Chloride, Silt, Or Other Harmful Materials. Mechanical Equipment Shall Not Be Operated In Live Streams Without Written Approval Of The Contracting Officer. 6.0 Endangered Species the Government May Direct The Contractor To Discontinue Task Order Operations In The Event That Listed Or Proposed Threatened Or Endangered Plants Or Animals Protected Under The Endangered Species Act Of 1973, Are Discovered To Be Present In Or Adjacent To The Project Area. Actions Taken Under This Paragraph Shall Be Subject To The Stop-work Order Clause Far 52.242-15. 7.0 Preservation Of Historical And Archaeological Resources if, In Connection With Operations Under This Contract, The Contractor, Subcontractors, Or The Employees Of Any Of Them, Discovers, Encounters Or Becomes Aware Of Any Objects Or Sites Of Cultural Value On The Project Area, Such As Historical Or Prehistorical Ruins, Graves Or Grave Markers, Fossils, Or Artifacts, The Contractor Shall Immediately Suspend All Operations In The Vicinity Of The Cultural Value And Shall Notify The Cor In Writing Of The Findings. No Objects Of Cultural Resource Value May Be Removed. · Operations May Resume At The Discovery Site Upon Receipt Of Written Instructions. Actions Taken Under This Paragraph Shall Be Subject To The Stop-work Order Clause Far 52.242-15. 8.0. Special Situations some Project Areas May Have Limited Periods Where Work Can Occur, Zones Where No Soil Disturbing Activity Can Occur, Or Special Access Rules Due To Noxious Weeds Or Other Types Of Diseases (such As Port-orford Cedar Or Sudden Oak Death Areas). Any Such Limitations Will Be Identified On The Applicable Task Order. 9.0. Environmental Interruption Of Work environmental - The Contracting Officer, By Issuance Of A Suspend Work Order, May Direct The Contractor To Shut Down Any Work That May Be Subject To Damage Due To Weather Conditions Or Fire Danger. The Contractor Will Be Given A Resume Work Order That Will Document The Date The Work Suspension Ends. An Allowance Will Be Included In Each Task Order For Short-term Environmental Delays Up To One Day At A Time. The Count Of Contract Time Will Therefore Continue During Work Interruptions Of One Day Or Less, But The Count Of Contract Time Will Stop During Work Interruptions In Excess Of One Day At A Time. All Periods Of Interruptions Directed By The Government Will Be Documented. The Contractor Will Not Be Entitled To Additional Monetary Compensation For Such Suspensions Regardless Of Duration. endangered Species - The Government May Direct The Contractor To Discontinue All Operations In The Event That Listed Or Proposed Threatened Or Endangered Plants Or Animals Protected Under The Endangered Species Act Of 1973, As Amended, Or Federal Candidate (category 1 And 2), Sensitive Or State Listed Species, Identified By The Forest Service, Are Discovered To Be Present In Or Adjacent To The Project Area. Actions Taken Under This Paragraph Shall Be Subject To Far 52.242-14 Suspension Of Work. 10.0 Permits the Contractor Shall, Without Additional Expense To The Government, Be Responsible For Obtaining Any Necessary Licenses And Permits, And For Complying With Any Federal, State, And Municipal Laws, Codes, And Regulations Applicable To The Performance Of The Work. The Contractor Shall Also Be Responsible For All Damages To Persons Or Property That Occur As A Result Of The Contractor’s Fault Or Negligence. The Contractor Shall Also Be Responsible For All Materials Delivered And Work Performed Until Completion And Acceptance Of The Entire Work, Except For Any Completed Unit Of Work Which May Have Been Accepted Under The Contract. 11.0. Schedules prior To Starting Work, The Contractor Shall Present A Written Plan Of Work Providing For The Orderly And Timely Completion Of The Requirements. This Plan Is Subject To The Approval Of The Contracting Officer. The Schedule May Be Modified In Writing During The Course Of Work If Conditions Warrant. Work Shall Not Occur On Sundays Without Written Permission Of The Contracting Officer. if The Work Progress Falls Behind Schedule, The Contractor Shall Take Such Action As Necessary To Ensure That The Timely Completion Of The Contract Is Not Jeopardized. In Addition, The Contracting Officer May Require The Contractor To Submit A Revised Plan Of Work Showing By What Means They Intend To Complete The Project On Time And In Compliance With All Contract Requirements Such As Increasing The Number Of Crews Or Overtime Operations. 11.0.1. Season Of Operation project Activities Will Occur When Roads Are Open In The Project Area. Project Activities Will Not Occur When Roads Are Closed Seasonally, And During Periods Of Wet Weather, This Varies Seasonally And Generally Occurs Between October 15 To April 15. 11.0.2. Limited Operating Period a Limited Operating Period (lop) May Apply And Will Be Identified At Task Order Level. 12.0 Requested Information responses Are Requested With The Following Information: vendor’s Name, Address, Uei, Points Of Contact With Telephone Number(s) And E-mail Address(es) business Size/classification (naics 115310, Support Activities For Forestry) To Include Any Designations As Small Business, Hubzone, Woman Owned, Service-disabled Veteran Owned And/or 8(a), Etc. description Of Capability To Perform Services Listed Above In Section 2.2. Provide At Least Three (3) Recent Examples. Recency Must Be Within The Last Three (3) Years. vendor's Interest In Submitting A Quote If The Requirement Is Solicited. any Feedback, Comments, And/or Questions Pertaining To The Above Sections 2-11 And Related Contracting Issues. location(s) Capable Of Performing Services (all Forests Listed Above, Or Select Forests Listed Above). schedule Of Items Containing Price Estimates. 13.0. Submission interested Parties Are To Submit Questions To This Rfi No Later Than 18 February 2025 At 4:00 Pm Pacific Standard Time (pst). All Responses Shall Be Submitted No Later Than 21 February 2025 At 4:00 Pm Pacific Standard Time (pst. All Questions And Responses Shall Be Submitted To Veronica Beck At Veronica.beck@usda.gov.

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Others, Civil Works Others
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Details: As Of 08 January 2025, Amendment 0002 Has Been Made To:provide Responses To Contractor Inquiries (see Attachment). as Of 30 December 2024, The Following Amendments Have Been Made:1) The Size Standard Statement Has Been Removed And 2) The Project Manager (pm) Has Been Updated To Include R.a. Required. 1. Contract Information: these Contracts Are Procured As A Small Business Set-aside. The Naics Code’s Are 541330 And 541310. the Number One, Two And Three Ranked Small Business Firms Will Be Selected For Negotiations Based On Demonstrated Competence And Qualifications For The Required Work. The Length Of Each Indefinite Delivery Contract (idc) Is A Maximum Of 60 Months And Will Not Include Optional Time Periods. Three (3) Idc’s Will Share $49.9m Total Capacity Of The Matoc. Task Orders Will Be Issued By Negotiated Firm-fixed-price Task Orders To The Most Technically Qualified Offeror In Response To The Task Order Requirement Notification (torn) And Will Be Issued Under The Terms And Conditions Of This Matoc. The Government Guarantees A Minimum Value Of $4,000 Seed Task Order For Each Individual Idc. Labor Rates For Each Discipline, Overhead Rates, And Escalation Factors For Each 1 Year Time Period Will Be Negotiated For Each Basic Idc And Profit Will Be Negotiated For Each Task Order Not For Each Basic Idc. work Distribution Between Idcs: Task Orders (to) Will Be Distributed According To The Experience And Qualifications Of The A-e Firms. The Specific Contractor Chosen For A To Will Be Selected Based On Factors Such As Technical Expertise, Demonstrated Performance, Specific Ability, To Size And Complexity, And Contractor Availability To Complete The To In The Time Required. We Are Going To Have The A-e Firms To Compete Amongst The Highly Qualified Selectees For This Contract. Above All, It Is The Intent Of The New York District To Not Have A “hollow” Contract. three (3) Indefinite Delivery Contracts Will Be Negotiated That Includes Level Of Efforts, Labor Rates For Each Discipline And Overhead Rates For The Contract Period. Profit Will Be Negotiated In Each Task Order Not In The Basic Contract. the Selected Small Business A-e Firms Will Need To Demonstrate Capability To Perform At Least 51% Of The Contract Work Listed Below In Accordance With Ep 715-1, Chapter 3-8 C Which Can Be Found At Http//www.usace.army.mil/publications/eng.pamphlets/ep715-1-7 in Particular, In Order To Be Awarded A Small Business Contract The Concern Will Perform At Least 51 Percent Of The Cost Of The Contract Incurred From Personnel With Its Own Employees. “any Subcontractor And Outside Associates Or Consultants Required By The Contractor (prime A-e Firm) In Connection With The Services Covered By The Contract Will Limit To Individuals Or Firms That Were Specifically Identified And Agreed To During Negotiations The Contractor Shall Obtain The Contracting Officer’s Written Consent Before Making Substitutions For These Subcontractors, Associates Or Consultants”. if A Substitution Is Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason, The Selected A-e Firm Shall Notify The Contracting Officer In Writing Within 15 Calendar Days After The Concurrences Of Any Of These Events And Provide The Following Information To The Contracting Officer: required Information For Substitution Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason: The Contractor Shall Provide A Detailed Explanation Of The Circumstances Necessitating The Proposed Substitution, Complete Resumes For The New Proposed Substitutes, And Any Additional Information Requested By The Contracting Officer. Proposed Substitutes Should Have Comparable Qualifications Or Better Qualifications To Those Of The Persons Being Replaced. The Contracting Officer Will Notify The Contractor Within 15 Calendar Days After Receipt Of All Required Information Of The Decision On Substitutions. approximate Award Date: June 2025 the Wages And Benefits Of Services Employees (see Far 22.10) Performing Under This Contract Must Be At Least Equal To Those Determined By The Department Of Labor Under The Service Contract Act, As Determined Relative To The Employee’s Office Location (not Of The Location Of The Work). To Be Eligible For A Contract Award, The Firm Must Be Registered In The Dod Central Contractor Registration (ccr). Registered Via The Ccr Internet Site At Http://www.ccr.gov Or By Contacting The Dod Electronic Commerce Information Center At 1-800-334-3414. 2. Project Information: a-e Services May Include But Not Be Limited To The Following: general Architect Engineering Services To Include Support Of The Milcon Programs, Sustainment, Restoration And Modernization (srm) Program, Iis Program And Other Non-military Construction Programs Within Nan/nad Boundaries. architect Engineering (a-e) Services For Smaller Scale Projects Typically With A Construction Cost Of Approximately $10m Or Less To Include The Following: construction Of New And Renovation/upgrade Of Multiple Hangar/buildings, Maintenance, Training Facilities (hands-on/simulators), Aviation Facilities, Runways And Taxiways, Aircraft Fueling Facilities/distribution, Industrial Facilities, Vehicle Maintenance Facilities, Research & Design Facilities (armament, Munitions And Communications), Munitions And Storage Facilities, Dining Facilities, Academic Labs, Barracks/dormitories, Academic Facilities, Administrative Office Buildings antarctic/cold Region Construction. whole And/or Partial Building Renovations Which Address Interior Re-configuration, Life/safety, Energy Conservation, And Utility Systems. architectural Alterations Which Address New Space Requirements, Programmed Functions Such As: Maintenance, Training Facilities, Storage, Administrative Spaces, And Squad/ops. new Building Exterior And Envelope (cold Region) Shall Follow The Architectural Compatibility Plan Defined At The Base Inclusive Of, Structural Roof Systems, Insulation And Waterproofing, Windows, And Atfp. mechanical/electrical/plumbing (mep): Fire Suppression And Water Supply Systems, Fire Alarm And Mass Notification System, Cybersecurity, Fire Detection/protection/monitoring And Controls, Heating And Ventilation Systems, Plumbing Systems, Electrical Systems, Telecommunication And Cabling Systems, Closed Circuit Television (cctv), Alarm And Card Access Systems, And Public Address Systems. topographic Surveys, Geological Surveys, Geotechnical Investigations, Environmental Investigations, Master Planning Studies, Value Engineering Studies, Field Investigation Studies, Construction Support Services. asbestos And Lead Abatement Services Related To Building Renovation Or Demolition. perform/conduct Design Charrettes Including Eco-charrettes prepare Studies (to Include Building, Energy, Life-cycle Studies) prepare Parametric Designs, To Include Development Of Dd Form 1391 Preparation. site & Infrastructure/seismic Design In Accordance With The Ufc’s development Of Design Criteria And Basis Of Design design Work Analysis And Technical Specifications nepa Documentation And Coordination historic Architecture And Section 106 Consultation preparation Of Permit Applications. preparation Of Design/build Documents preparation Of Arctic Foundation Designs, Building Air Tightness And Hvac Performance For Cold/arctic Regions. preparation Of Designs Including Hemp And Scif Areas. preparation Final Design Construction Documents antiterrorism/force Protection Design In Accordance With Applicable Ufc’s sustainable Design/gbi/net Zero Strategy Development cost Estimating Using The Latest Version Mii [m2] Software. value Engineering Studies And Cost Schedule Risk Analysis (csra). preparation Of Deliverables In Building Information Modeling (bim) Format. drawings In Accordance With The Architectural/engineering/construction (a/e/c) Computer-aided Standard Version (cadd) demonstrated Construction Phase Services: design During Construction preparation Of Operation And Maintenance Manuals providing Technical Assistance – Responding To Requests For Information (rfis) design Build Conformance Reviews shop Drawing Review – Review Of Shop Drawings And Submittals conduct Site Visits commissioning/enhanced Commissioning; Fit-up Design Support project Start-up – Coordinate With Contractors To Start Up And Conduct Performance Tests Of The Constructed Project. projects Designed Under These Contracts May Require Designers To Obtain Security Clearances As Well As Having Physical Security Measures In Place Before A Firm Can Do The Work. Security Clearances Are Not Required At The Time Of Selection Or Award Of A Contract. 3. Selection Criteria: primary Selection Criteria: the Selection Criteria Are Listed Below In Descending Order Of Importance (first By Major Criterion And Then By Each Sub-criterion). criteria A Through E Are Primary Selection Criteria. criteria F Through H Are Secondary Selection Criteria And Will Only Be Used As Tiebreakers Among Technically Equal Firms. the Firm Is Required To Have The Following Specific Design Capabilities: a. Specialized Experience And Technical Competence In: submit At Least Five (5) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Building (whole And/or Partial) Renovation Design That Includes At Least Five (5) Of The Following Design Elements As A Substantial Part Of The Design (replacement Of Architectural Elements, Interior Re-configuration, Building Seismic Upgrade, Anti-terrorism/force Protection Upgrades, Mechanical Systems, Hvac Systems, Electrical Upgrades, Fire Protection/detection Systems, Exterior Envelope Upgrades Including Roof, Windows And Walls, Asbestos And Lead Abatement.). The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. submit At Least Three (3) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Infrastructure Type Design That Includes At Least Three (3) Of The Following Design Elements As A Substantial Part Of The Design. The Ae Shall Demonstrate Experience In Planning, Designing And Preparing 100% Construction Bid Documents. Projects May Include The Following Project Types (each Example Project Shall Represent A Different Project Type): Road/parking Replacement/repairs, Utility Infrastructure Replacement/repairs, Utility Central Plant Upgrades/repairs, And Retaining Wall Upgrades/repairs. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of At Least $5m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. submit At Least Two (2) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Design Of New Facilities. The Ae Shall Demonstrate Experience In Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, With Experience In Energy And Water Conservation And Efficiency; And Employing The Leed Evaluation And Certification Methods. The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. the Above Requested Projects Shall Also Demonstrate The A/e’s Abilities With All Of The Following: - Planning And Scheduling Management Of Fast Track Designs, - Working On Military Installation Projects, - Prepare Cost Estimates Using Mii And Paces, (the Cost Estimator And/or The Subcontractor Should Demonstrate Familiarity With The Changing Dynamics Of The Current Construction Market In The Tri-state New York Area With Particular Emphasis On The Southern New Jersey), - Preparing Drawings In Autocad And Autocad Revit, - Experience In The Ability To Provide A Qa/qc Plan Indicating How The Prime Plans To Manage Their Team To Ensure That Quality Products Are Prepared. Demonstrate Ability To Produce Quality Designs. Evaluation Will Be Based On The Firm's Design Quality Management Plan (dqmp) And Will Consider The Management Approach, Coordination Of Disciplines, Management Of Subcontractors And Quality Control Procedures. on All Ten (10) Example Projects, The Government May Consider The Following Strengths For Evaluation Purposes: projects Demonstrating Experience Working At Military Installations Within Nan Boundaries. projects Demonstrating Experience Working With Nydec And Njdep In Obtaining Environmental Permits. projects Demonstrating Experience With Sustainable Design And Achieving Leed Silver Or Better. projects Demonstrating Experience Working Mcaces Paces And Pax/dd1391. projects Demonstrating Experience With Fast-tracked Designs. projects Demonstrating Experience Utilizing A Design Quality Control Plan projects Demonstrating Experience In Permitting, Real Estate Actions, Nepa Documentation, And Other Agency Coordination Tasks. b. Qualified Registered Professional Personnel In The Following Key Disciplines: project Manager (p.e. Or R.a. Required) quality Assurance Manager (p.e. Or R.a. Required) architecture (r.a. Required) structural Engineering (p.e. Required) civil Engineering (p.e. Required) mechanical Engineering (p.e. Required) electrical Engineering (p.e. Required) fire Protection Engineering (p.e. Required) landscape Architect (r.la. Required) cost Engineering (p.e. Required. Those With Ccp/cpe Certification Will Be Considered A Strength) geotechnical Engineering (p.e. Required) certified Industrial Hygienist (cih Required) licensed Interior Designer (ncid Required) land Surveyor (p.l.s. Required) anti-terrorism/force Protection Specialist (p.e. Required) blast/explosives Safety Engineering (p.e. Required) industrial Engineering (p.e. Required) industrial/process Engineer (p.e. Required) lean-six Sigma Professional historic Preservationist environmental Engineering (p.e. Required) lead Commissioning Specialist (p.e And At Least One Of The Following: A Nebb Qualified Systems Commissioning Administrator (sca); Acg Certified Commissioning Authority (cxa); Icb/tabb Certified Commissioning Supervisor; Bca Certified Commissioning Professional (ccp); Aee Certified Building Commissioning Professional (cbcp); University Of Wisconsin-madison Qualified Commissioning Process Provider (qcxp); Ashrae Commissioning Process Management Professional (cpmp)) certified Value Specialist (cvs Required) telecommunications Engineering (rccd Required) master Planner (p.e. Or R.a. Required) the Evaluations Will Consider Education, Training, Registration, Voluntary Certificates, Overall And Relevant Experience, And Longevity With The Firm Using Information From Section E Of The Sf 330. The Sf 330 Includes A Matrix In Section G Showing Experience Of The Proposed Lead Designers On The Projects Listed In Section F Of The Sf 330. senior Project Personnel For Each Discipline Are Required To Be Licensed And/or Registered. additional Disciplines May Be Submitted As Required By The Ae For This Type/size Project And Will Be Evaluated As The Above. fire Protection Engineering: The Services And Qualifications Of Fire Protection Engineers Are Shown In Section 1.6 Of Ufc 3-600-01, And Are Reiterated Here: A Qualified Fire Protection Engineer Shall Be An Integral Part Of The Design As It Relates To Fire Protection. This Includes, But Is Not Limited To, Building Code Analysis, Life Safety Code Analysis, Design Of Automatic Detection And Suppression Systems, Water Supply Analysis, And A Multi-discipline Review Of The Entire Project. For The Purposes Of Meeting This Requirement A Qualified Fire Protection Engineer Is Defined As An Individual Meeting One Of The Following Conditions: i.) A Registered Professional Engineer (p.e.) Having A Bachelor Of Science Or Master Of Science Degree In Fire Protection Engineering, From An Accredited University Engineering Program, Plus A Minimum Of 5 Years’ Work Experience In Fire Protection Engineering. ii.) A Registered Professional Engineer (p.e.) Who Has Passed The National Council Of Examiners For Engineering And Surveys (ncees) Fire Protection Engineering Written examination. iii.) A Registered Professional Engineer (p.e.) In A Related Engineering Discipline With A Minimum Of 5 Years’ Experience, Dedicated To Fire Protection Engineering That Can Be Verified With Documentation. the Ae And Their Subconsultants Must Be A U.s. Company(ies). The Ae’s Team Must Use Only U.s. Citizens Or U.s. Persons (an Individual Who Has Been Lawfully Admitted For Permanent Residence As Defined In 8 U.s.c. § 1101(a)(20) Or Who Is A Protected Individual As Defined By Title 8 U.s.c. § 1324b (a)(3)). The A-e’s Team Must Be Able To Obtain Visitor Registration Documents/passes To Access Any Military Base And/or Federal Facility Under This Contract. c. Past Performance On Dod And Other Contracts With Respect To Cost Control, Quality Of Work And Compliance With Performance Schedules, As Determined From References, Other Sources And Cpars. Letters Of Recommendation From Customers Addressing Your Firm’s Cost Control, Quality Of Work And Schedule Compliance Capabilities May Be Included In Section H Of The Sf 330. Letters Should Be For Projects Of A Similar Nature And Shall Be No Older Than Three Years To Be Considered. d. Capacity To Initiate Work And Complete Within The Time Parameters Of The Project. The Evaluation Will Consider The Availability Of An Adequate Number Of Personnel In All Key Disciplines. The Evaluation Will Review Part Ii Of The Sf330 To Evaluate The Overall Capacity Of The Team. Include A Part Ii Form Of The Sf 330 For Each Firm And Each Office Of Each Firm That Is Part Of The Proposed Team. e. Knowledge Of The Locality In The General Geographical Area Of Ny District Boundaries. The Evaluators Will Review Projects Identified In Section F, The Specific Experience Of The Listed Key Discipline In Section E And Additional Information In Section H In Order Of Preference. secondary Selection Criteria: f. Geographic Proximity In Relation To Ny District Boundaries. g. Volume Of Work Previously Awarded To The Firm By The Department Of Defense, With The Object Of Effecting An Equitable Distribution Among Qualified A/e Firms, Including Small Business, Veteran-owned Small Business, Service-disabled Small Business, Hubzone Small Business, Small Disadvantaged Small Business And Woman-owned Small Business And Minority Institutions And Firms That Have Not Had Prior Dod Contracts. 4. Submission Requirements: interested Prime Firms Having The Capabilities To Perform These Services Must Submit Their Sf330 To Stephen Dibari By Email Stephen.dibari@usace.army.mil Maximum File Size Is 25 Mb If Overall Sf330 Is Larger Than 25 Mb, Please Break Up The File Into Smaller Separate Files. no Hard Copies Of Sf-330’s Will Be Required. Do Not Mail Sf-330’s (cd Or Hard Copies) To The Contract Specialist Nor To Stephen Dibari At 26 Federal Plaza. Doing So, Will Delay The Ae Selection/award Process. the Sf 330 Can Be Found By Searching For Sf330 On The Following Gsa Website: Https://www.gsa.gov/forms the Forms Can Be Downloaded In A .pdf File Type. Total Submittal Page Limitation Is 85 Pages. Section E Is Limited To 50 Pages. Section F Is Limited To 10 Pages (1 Page Per Project). Each Page Shall Be Numbered. Section Dividers, Front And Back Covers, Cover Letter And Part Ii Of The Sf 330 Don’t Count Towards Overall Page Limit. Tabloid Size Paper 11” X 17” Pages For Organizational Chart Or Other Graphics Will Count As One Page. Submittals Not Following These Instructions, May Not Be Evaluated By The Board. supplemental Information On The Sf 330 Is Posted On The Ny District Usace Website: Https://www.nan.usace.army.mil/business-with-us/engineering-division/ submittals Will Not Be Accepted After 2:00 Pm On The Response Date Shown In The Advertisement In The Https://sam.gov/. If The Response Date Falls On A Saturday, Sunday, Or A Federal Holiday, The Response Date Will Move To The Next Business Day. for Questions Regarding This Contract, Contact Stephen.dibari@usace.army.mil if A Pre-selection Meeting Is Required, Notifications Will Not Be Sent After Approval Of The Pre-selection. Notification Of All Firms Will Be Made Within Ten (10) Calendar Days After Selection Approval. In Addition To The Two (2) Items Listed Above, The Remaining Info On Release Of Information On Firm Selection Shall Be In Accordance With Uai Subpart 5.4 (usace Acquisition Instructions). interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project. firms Must Be Registered In The Following: Https://www.sam.gov/ naics Code’s Are 541330 And 541310. interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Real Estate Service
Corrigendum : Closing Date Modified
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Details: Pre-solicitation Notice 36c250-24-ap-6279 - 1 amendment/modification sam-notice 36c25025r0016 saginaw-auburn Annex, Michigan the U.s. Department Of Veterans Affairs (va) Seeks Expressions Of Interest For 25,000 American National Standards Institute/building Owners & Managers Association (ansi/boma) Of Space In Saginaw (auburn), Michigan notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For Lease Proposals. The Purpose Of This Advertisement Is To Identify Potential Sources And Suitable Locations And Is Not Intended To Pre-qualify Or Disqualify Any Potential Offers. The Government Will Not Pay For Any Costs Incurred As A Result Of This Advertisement. An Rlp May Or May Not Be Released. The Government Cannot Provide Any Warranty, Expressed Or Implied, As To The Accuracy, Reliability, Or Completeness Of Contents Of The Furnished Information Found Within This Advertisement; Government Is Under No Obligation To Respond To And Is Unable To Answer Any Inquiries Regarding This Advertisement. The Naics Code Is 531120 Lessors Of Nonresidential Buildings, And The Small Business Size Standard Is $34 Million. the Department Of Veterans Affairs (va) Is Also Conducting Market Research, Seeking Capable Sources That Are Classified And Registered At Www.vip.vetbiz.gov As Either Service Disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) That Are Interested In Leasing Space To The Department Of Veterans Affairs. respondents Are Advised That The Government Assumes No Responsibility To Award A Lease Based Upon Responses To This Advertisement. contracting Office Address: Network Contracting Office 10, Suite 325 - 8888 Keystone Crossing Indianapolis, In 46240 description: The Department Of Veterans Affairs Seeks To Lease 25,000 Aboa Square Feet (sf) Of Space And 150 Parking Spaces For Use By The Va As A Primary Care Annex. The Space Shall Be Located Within The Delineated Area Stated Below. Va Will Consider Space Located In An Existing Building As Well As A Building Being Constructed For Multi-tenant Use And Not Specifically A Build-to-suit For Va Use Only. Aboa Is Generally Defined As The Space Remaining Once Common Areas, Lessor Areas, And Non-programmatic Areas Required By Code Are Deducted From The Rentable Square Feet Of The Facility. Aboa Does Not Include Areas Such As Stairs, Elevators, Mechanical And Utility Rooms, Ducts, Shafts, Vestibules, Public Corridors, And Public Toilets Required By Local Code. va Will Provide All Detailed Definitions, Should A Solicitation For Offers Or Request For Proposals Be Issued For This Project. lease Term: Not To Exceed 20 Years. updated-delineated Area: To Receive Consideration, Submitted Properties Must Be Located Within The Following Area Described Below, Which Is Bound By The Following Roads, Or Must Front On Any Of The Following Boundary Lines: north: Wheeler Road west: Waldo Ave.; S Saginaw Rd; south: Hotchkiss Rd Milner Rd; 84/westside Saginaw Rd; east: 2 Mile Road see The Below-delineated Area Map For Further Clarification Of The Boundaries Of The Delineated Area. additional Requirements For Submissions: offered Space Must Be Located Within One Building. offered Space Should Preferably Be Located On The First (1st) Floors And One Single Floor. if The Offered Space Is Above The First (1st) Floor, A Minimum Of One (1) Passenger Elevator And One (1) Combination (passenger/freight) Elevator Must Be Provided. bifurcated Sites, Inclusive Of Parking, Are Not Permissible. the Following Space Configurations Will Not Be Considered: Space With Atriums, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage. column Size Cannot Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20 ) Feet offered Space Cannot Be In The Fema 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain) offered Space Must Be Zoned For Va S Intended Use By The Time Initial Offers Are Due. offered Space Will Not Be Considered If Located In Close Proximity To A Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Dispensaries, Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths. offered Space Will Not Be Considered If Located In Close Proximity To Residential Or Industrial Areas. offered Space Must Be Located In Proximity To Public Transportation. A Commuter Rail, Light Rail, Or Bus Stop Shall Be Located Within The Immediate Vicinity Of The Building; offered Space Will Not Be Considered If The Location Is Irregularly Shaped. space Will Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building. offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Hotels, Pharmacies, And Shopping. offered Space Must Be Located In Close Proximity To A Hospital Or Stand-alone Emergency Room Center And A Fire Department; offered Space Must Be Easily Accessible To Multiple Major Highways Which Provide Multiple Routes Of Travel; structured Parking Under The Space Is Not Permissible. offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Solicitation For Offers Or Requests For Proposals. a Fully Serviced Lease Is Required. offered Space Must Be Compatible With Va S Intended Use. all Submissions Must Include The Following Information: name And Address Of Current Property Owner; address Or Described Location Of Building; location On A Map, Demonstrating The Building Lies Within The Delineated Area; A Statement As To Whether The Building Lies Within The Delineated Area; description Of Ingress/egress To The Building From A Public Right-of-way; description Of The Uses Of Adjacent Properties; fema Map Of Location Evidencing Floodplain Status; a Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction; site Plan Depicting The Property Boundaries, Building, And Parking; a Document Indicating The Type Of Zoning; a Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use; building Owners Shall Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Shall Provide Evidence Of Permission Or Authority Granted By The Property Owner To Submit The Building To Va For Development; any Information Related To Title Issues, Easements, And Restrictions On The Use Of The Building; a Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property. if You Are Qualified As A Veteran Owned Small Business (vosb) Or Service Disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120 Lessors Of Nonresidential Buildings With A Small Business Size Standard Of $34 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required To Submit A Capabilities Statement; market Survey (estimated): January 2025 occupancy (estimated): Fy 2025-2026 all Interested Parties Must Respond To This Advertisement No Later Than January 10, 2025, At 3:00 P.m. Local Time. please Submit Your Response (electronic) To: lisa Newlin Lisa.newlin@va.gov Lee Grant Lee.grant@va.gov attachment - Vosb Or Sdvosb Status this Is Not A Request For Proposals, Only A Request For Information For Planning Purposes, And Does Not Constitute A Solicitation. A Solicitation May Or May Not Be Issued. the Naics Code For This Procurement Is [531120 Lessors Of Nonresidential Buildings], And The Small Business Size Standard Is [$34 Million]. Responses To This Notice Will Assist In Determining If The Acquisition Should Be Set-aside For Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127. the Magnitude Of The Anticipated Construction/buildout For This Project Is: __ (a) Less Than $25,000; __ (b) Between $25,000 And $100,000; __ (c) Between $100,000 And $250,000; __ (d) Between $250,000 And $500,000; __ (e) Between $500,000 And $1,000,000; __ (f) Between $1,000,000 And $2,000,000; __ (g) Between $2,000,000 And $5,000,000; X (h) Between $5,000,000 And $10,000,000; __ (i) Between $10,000,000 And $20,000,000; __ (j) Between $20,000,000 And $50,000,000; __ (k) Between $50,000,000 And $100,000,000; __ (l) More Than $100,000,000. va Makes Monthly Rental Payments In Arrears Upon Facility Acceptance And May Elect To Make A Single Lump-sum Payment Or Amortize Over The Course Of The Firm Term For Specified Tenant Improvements. Va Makes No Progress Payments During The Design Or Construction/build-out Phases Of The Project. project Requirements: This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including The Design And Construction Of The Facility Described Above, For A Term Of Up To 20 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va S Requirements Can Be Found On The Technical Information Library At The Following Link: Https://www.cfm.va.gov/til/leasing.asp . sdvosb And Vosb Firms Are Invited To Provide Information To Contribute To The Market Research For This Project. Sdvosb And Vosb Firms Must Be Registered In Va S Vendor Information Pages (vip) Site At Https://www.vip.vetbiz.gov/. All Business Concerns Must Have The Technical Skills And Financial Capabilities Necessary To Perform The Stated Requirements. All Business Concerns Are Requested To Submit A Capabilities Statement If They Are Interested In Participating In This Project. A Submission Checklist And Information Sheets Are Provided Below For Firms To Fill Out And Submit, Which Will Serve As The Firm S Capabilities Statement. capabilities Statement: 1. Company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, And E-mail Address; 2. Evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov); 3. Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov ), Including A Copy Of The Representations And Certifications Made In That System; 4. A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To The Project Described Above. (3-page Limit); 5. Evidence Of Capability To Obtain Financing For A Project Of This Size. if Desired, The Company May Also Submit A Narrative Describing Its Capability. although This Notice Focuses On Sdvosb And Vosb, We Encourage All Small Businesses And Other Interested Parties To Respond For Market Research Purposes. capabilities Statement submission Checklist And Information Sheet saginaw-auburn, Mi Lease Sources Sought Notice company Name: __________________________________________ company Address: __________________________________________ dunn And Bradstreet Number: __________________________________________ uei Number: __________________________________________ point Of Contact: __________________________________________ phone Number: __________________________________________ email Address: __________________________________________ the Following Items Are Attached To This Capabilities Statement: evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov/); evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov), With Representations And Certifications; a Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate The Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To (input Project Specific Nusf). (3-page Limit); And evidence Of Capability To Obtain Financing For A Project Of This Size. if Desired, The Company May Also Submit A Narrative Describing Its Capability, Not To Exceed Two (2) Pages. by: _________________________________________________ (signature) __________________________________________________ (print Name, Title, Date)

DEFENSE LOGISTICS AGENCY USA Tender

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

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

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

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Real Estate Service
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
Details: Pre-solicitation Notice 36c250-25-ap-2106 sam-notice 36c25025r0057 cincinnati Vamc Admin, Ohio the U.s. Department Of Veterans Affairs (va) Seeks Expressions Of Interest For 10,000 American National Standards Institute/building Owners & Managers Association (ansi/boma) Of Space In Cincinnati, Ohio notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For Lease Proposals. The Purpose Of This Advertisement Is To Identify Potential Sources And Suitable Locations And Is Not Intended To Pre-qualify Or Disqualify Any Potential Offers. The Government Will Not Pay For Any Costs Incurred As A Result Of This Advertisement. An Rlp May Or May Not Be Released. The Government Cannot Provide Any Warranty, Expressed Or Implied, As To The Accuracy, Reliability, Or Completeness Of Contents Of The Furnished Information Found Within This Advertisement; Government Is Under No Obligation To Respond To And Is Unable To Answer Any Inquiries Regarding This Advertisement. The Naics Code Is 531120 Lessors Of Nonresidential Buildings, And The Small Business Size Standard Is $34 Million. the Department Of Veterans Affairs (va) Is Also Conducting Market Research, Seeking Capable Sources That Are Classified And Registered At Www.vip.vetbiz.gov As Either Service Disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) That Are Interested In Leasing Space To The Department Of Veterans Affairs. respondents Are Advised That The Government Assumes No Responsibility To Award A Lease Based Upon Responses To This Advertisement. contracting Office Address: Network Contracting Office 10, Suite 325 - 8888 Keystone Crossing Indianapolis, In 46240 description: The Department Of Veterans Affairs Seeks To Lease 10,000 Aboa Square Feet (sf) Of Space And 100 Parking Spaces For Use By The Va As A Administrative Building. The Space Shall Be Located Within The Delineated Area Stated Below. Va Will Consider Space Located In An Existing Building As Well As A Building Being Constructed For Multi-tenant Use And Not Specifically A Build-to-suit For Va Use Only. Aboa Is Generally Defined As The Space Remaining Once Common Areas, Lessor Areas, And Non-programmatic Areas Required By Code Are Deducted From The Rentable Square Feet Of The Facility. Aboa Does Not Include Areas Such As Stairs, Elevators, Mechanical And Utility Rooms, Ducts, Shafts, Vestibules, Public Corridors, And Public Toilets Required By Local Code. va Will Provide All Detailed Definitions, Should A Solicitation For Offers Or Request For Proposals Be Issued For This Project. lease Term: Not To Exceed 20 Years. delineated Area: To Receive Consideration, Submitted Properties Must Be Located Within The Following Area Described Below, Which Is Bound By The Following Roads, Or Must Front On Any Of The Following Boundary Lines: north: Us 562 east: Us 22 south: E Liberty Street, W Liberty Street west: Interstate 75 see The Below-delineated Area Map For Further Clarification Of The Boundaries Of The Delineated Area. additional Requirements For Submissions: offered Space Must Be Located Within One Building. offered Space Should Preferably Be Located On The First (1st) Floors And One Single Floor. if The Offered Space Is Above The First (1st) Floor, A Minimum Of One (1) Passenger Elevator And One (1) Combination (passenger/freight) Elevator Must Be Provided. bifurcated Sites, Inclusive Of Parking, Are Not Permissible. the Following Space Configurations Will Not Be Considered: Space With Atriums, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage. column Size Cannot Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20 ) Feet offered Space Cannot Be In The Fema 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain) offered Space Must Be Zoned For Va S Intended Use By The Time Initial Offers Are Due. offered Space Will Not Be Considered If Located In Close Proximity To A Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Dispensaries, Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths. offered Space Will Not Be Considered If Located In Close Proximity To Residential Or Industrial Areas. offered Space Must Be Located In Proximity To Public Transportation. A Commuter Rail, Light Rail, Or Bus Stop Shall Be Located Within The Immediate Vicinity Of The Building; offered Space Will Not Be Considered If The Location Is Irregularly Shaped. space Will Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building. offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Hotels, Pharmacies, And Shopping. offered Space Must Be Located In Close Proximity To A Hospital Or Stand-alone Emergency Room Center And A Fire Department; offered Space Must Be Easily Accessible To Multiple Major Highways Which Provide Multiple Routes Of Travel; structured Parking Under The Space Is Not Permissible. offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Solicitation For Offers Or Requests For Proposals. a Fully Serviced Lease Is Required. offered Space Must Be Compatible With Va S Intended Use. all Submissions Must Include The Following Information: name And Address Of Current Property Owner; address Or Described Location Of Building; location On A Map, Demonstrating The Building Lies Within The Delineated Area; A Statement As To Whether The Building Lies Within The Delineated Area; description Of Ingress/egress To The Building From A Public Right-of-way; description Of The Uses Of Adjacent Properties; fema Map Of Location Evidencing Floodplain Status; a Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction; site Plan Depicting The Property Boundaries, Building, And Parking; a Document Indicating The Type Of Zoning; a Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use; building Owners Shall Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Shall Provide Evidence Of Permission Or Authority Granted By The Property Owner To Submit The Building To Va For Development; any Information Related To Title Issues, Easements, And Restrictions On The Use Of The Building; a Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property. if You Are Qualified As A Veteran Owned Small Business (vosb) Or Service-disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120 Lessors Of Nonresidential Buildings With A Small Business Size Standard Of $34 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required To Submit A Capabilities Statement; market Survey (estimated): March 2025 occupancy (estimated): Fy 2025-2026 all Interested Parties Must Respond To This Advertisement No Later Than February 28, 2025, At 3:00 P.m. Local Time. please Submit Your Response (electronic) To: lisa Newlin Lisa.newlin@va.gov Kenneth Staiduhar - Kenneth.staiduhar@va.gov danielle Butler - Danielle.butler1@va.gov Lee Grant Lee.grant@va.gov attachment - Vosb Or Sdvosb Status this Is Not A Request For Proposals, Only A Request For Information For Planning Purposes, And Does Not Constitute A Solicitation. A Solicitation May Or May Not Be Issued. the Naics Code For This Procurement Is [531120 Lessors Of Nonresidential Buildings], And The Small Business Size Standard Is [$34 Million]. Responses To This Notice Will Assist In Determining If The Acquisition Should Be Set-aside For Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127. the Magnitude Of The Anticipated Construction/buildout For This Project Is: __ (a) Less Than $25,000; __ (b) Between $25,000 And $100,000; __ (c) Between $100,000 And $250,000; __ (d) Between $250,000 And $500,000; __ (e) Between $500,000 And $1,000,000; __ (f) Between $1,000,000 And $2,000,000; __ (g) Between $2,000,000 And $5,000,000; X (h) Between $5,000,000 And $10,000,000; __ (i) Between $10,000,000 And $20,000,000; __ (j) Between $20,000,000 And $50,000,000; __ (k) Between $50,000,000 And $100,000,000; __ (l) More Than $100,000,000. va Makes Monthly Rental Payments In Arrears Upon Facility Acceptance And May Elect To Make A Single Lump-sum Payment Or Amortize Over The Course Of The Firm Term For Specified Tenant Improvements. Va Makes No Progress Payments During The Design Or Construction/build-out Phases Of The Project. project Requirements: This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including The Design And Construction Of The Facility Described Above, For A Term Of Up To 20 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va S Requirements Can Be Found On The Technical Information Library At The Following Link: Https://www.cfm.va.gov/til/leasing.asp . sdvosb And Vosb Firms Are Invited To Provide Information To Contribute To The Market Research For This Project. Sdvosb And Vosb Firms Must Be Registered In Va S Vendor Information Pages (vip) Site At Https://www.vip.vetbiz.gov/. All Business Concerns Must Have The Technical Skills And Financial Capabilities Necessary To Perform The Stated Requirements. All Business Concerns Are Requested To Submit A Capabilities Statement If They Are Interested In Participating In This Project. A Submission Checklist And Information Sheets Are Provided Below For Firms To Fill Out And Submit, Which Will Serve As The Firm S Capabilities Statement. capabilities Statement: 1. Company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, And E-mail Address; 2. Evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov); 3. Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov ), Including A Copy Of The Representations And Certifications Made In That System; 4. A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To The Project Described Above. (3-page Limit); 5. Evidence Of Capability To Obtain Financing For A Project Of This Size. if Desired, The Company May Also Submit A Narrative Describing Its Capability. although This Notice Focuses On Sdvosb And Vosb, We Encourage All Small Businesses And Other Interested Parties To Respond For Market Research Purposes. capabilities Statement submission Checklist And Information Sheet cincinnati, Oh Lease Sources Sought Notice company Name: __________________________________________ company Address: __________________________________________ dunn And Bradstreet Number: __________________________________________ uei Number: __________________________________________ point Of Contact: __________________________________________ phone Number: __________________________________________ email Address: __________________________________________ the Following Items Are Attached To This Capabilities Statement: evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov/); evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov), With Representations And Certifications; a Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate The Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To (input Project Specific Nusf). (3-page Limit); And evidence Of Capability To Obtain Financing For A Project Of This Size. if Desired, The Company May Also Submit A Narrative Describing Its Capability, Not To Exceed Two (2) Pages. by: _________________________________________________ (signature) __________________________________________________ (print Name, Title, Date)
8051-8060 of 8166 archived Tenders