Survey Tenders

Survey Tenders

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Details: Sources Sought panswd24p0000004156 fy25 Military Working Dog Kennel On Fort Cavazos, Texas us Army Corps Of Engineers fort Worth District this Is A Sources Sought Notice; A Market Survey, For Information Only, To Be Used For Preliminary Planning Purposes. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Notice. No Reimbursement Will Be Made For Any Costs Associated With Providing Information Or Industry Response To This Notice Or Any Follow Up Information Requests. Not Responding To This Notice Does Not Preclude Participation In Any Future Procurement. If A Solicitation Is Released, It Will Be Synopsized In The Government-wide Point Of Entry (gpe). It Is The Responsibility Of Potential Offerors To Monitor The Gpe For Additional Information Pertaining To This Requirement. Responses To The Sources Sought Will Be Utilized With Other Market Research Methods To Establish The Planned Acquisition Strategy. The Planned Acquisition Strategy Will Be Posted As A Change To This Synopsis, As Required By Regulation. the Purpose Of This Notice Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Industry, To Include The Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (hub-zone), Service-disabled Veteran-owned Small Business (sdvosb), Or Women-owned Small Business (wosb). All Are Highly Encouraged To Respond To Solidify The Acquisition Strategy. the Acquisition Strategy Will Be Determined Based On Responses Received From This Notice And/or Other Market Research Methods. the U.s. Army Corps Of Engineers – Fort Worth District Has Been Tasked To Solicit For And Award A Firm Fixed-price, Design-bid-build Construction Project For New Construction Located At Fort Cavazos, Texas. the Government Is Seeking Experienced Firms For The Following Scope Of Work: Project Includes Construction To Provide A Design-bid-build, Firm Fixed-price Contract. This Project Is To Construct A New 8,909 Sf Working Dog Kennel (mwd) Kennel Facility And Alter The Existing Administrative Building To Include Two Isolation Kennels Totaling 300 Sf, For Use By The 89th Military Police (mp) Brigade. In Addition, Upgrades Will Be Made To The Existing Water And Wastewater Systems. Project Has An Approved Site And There’s No Known Environmental Contamination. in Accordance With Far 36.204, The Estimated Construction Price Range For This Project Is Between $5,000,000 And $10,000,000. This Project Is Funded With Unspecified Minor Military Construction Funds Which Have A Statutory Funding Limitation Of $9 Million. estimated Duration Of The Project Is 540 Calendar Days. the North American Industry Classification System (naics) Code For This Procurement Is 236220 Which Has A Small Business Size Standard Of $45,000,000. the Product Service Code Is Y1jz. should This Action Be Set-aside For Small Business, Firms Are Reminded Of The Requirements Under Far 52.219-14, Limitations On Subcontracting. Firm Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime’s Subcontractors That Are Not Similarly Situated. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Toward The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. should This Action Be Solicited As Full And Open Competition, A Small Business Participation Proposal Will Be Identified As An Evaluation Factor In The Solicitation. Large Business(es) Must Comply With Far 52.219-9 By Submitting An Acceptable Small Business Subcontracting Plan. prior Government Contract Work Is Not Required For Submitting A Response To This Notice. However, Respondents Are Reminded That All Construction Performance Must Follow The Usace Safety And Health Requirements Manual (em 385-1-1), And Must Also Comply With All Federal, State, And Local Laws, Ordinances, Codes And/or Regulations. anticipated Solicitation Issuance Date Is On Or About 15 July 2025, And The Estimated Proposal Due Date Will Be On Or About 15 August 2025. The Official Notice Citing The Solicitation Number Will Be Issued Via The Gpe And Firms Are To Register Electronically To Receive A Copy Of The Solicitation When It Is Issued. response To This Notice Shall Be Limited To 5 Pages And Shall Include The Following Information: 1. Firm’s Name, Address, Point Of Contact, Phone Number, Unique Entity Identifier And E-mail Address. 2. Firm’s Interest In Bidding On The Solicitation When It Is Issued, Whether As A Prime Or A Subcontractor. 3. Firm’s Relevant Experience To Perform The Magnitude And Complexity Outlined In The Scope Of Work Above By Providing: brief Description Of The Project, Customer Name, And Dollar Value Of The Project – Provide At Least 3 Examples If Possible. 4. Firm’s Business Size – Lb, Sb, 8(a), Hubzone, Sdvosb, Or Wosb. 5. Will The Firm Submit A Response As A Joint Venture Or Other Arrangement? if Yes, Provide Specific Type: Joint Venture, Mentor-protégé, Teaming Arrangement, Or Other 6. Firm’s Bonding Capacity (construction Bonding Level Per Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars). 7. Firm’s Capability Statement. this Announcement And All Information Will Be Issued Via The Government Point Of Entry, And Offerors Must Be Active In The System For Award Management (sam) To Be Eligible For Award Of Government Contracts, Including Documenting Sec. 889 Compliance In Sam That Includes Far 52.204-24 And Far 52.204-25. Contracting Will Verify The 889(a) And (b) Compliance – Per Far 52.204-26. the Supplier Performance Risk System (sprs) Is The Department Of Defense, Single, Authorized Application To Retrieve Supplier Performance Information. Sprs Is A Web-enabled Enterprise Application That Gathers, Processes, And Displays Data About The Performance Of Suppliers And Must Be Completed Prior To An Award In Accordance With Dfars 204.7303(b)(1), Dfars 204.7304(e), Dfars 252.204-7020, Dodi 5000.79. Review Nist Sp 800-171 For Further Information. interested Firms Shall Respond To This Notice No Later Than 5 March 2025, 4:00 Pm (central Local Time). Email Your Response To Kristi L. Morris At Kristi.l.morris@usace.army.mil. *email Is The Preferred Method When Receiving Responses To This Notice.
Closing Date5 Mar 2025
Tender AmountRefer Documents 

Tourism Promotions Board Tender

Other Consultancy Services...+1Consultancy Services
Philippines
Details: Description Request For Proposal The Tourism Promotions Board Invites You To Submit Quotation For The Item/s Listed Below: Rfp No. Tpb Rfq 2025-02-040 Pr No. 02.028 Requirements: Consultancy Services For Technical Assistance And Capacity Building In Enhancing The Mainstreaming Of Gad Plans, Projects, And Programs Of Tpb For Cy 2025 Scope Of Work/services/deliverables The Consulting Services Will Provide Comprehensive Technical Assistance And Capacity Building To Support The Effective Implementation Of Gender And Development (gad) Initiatives At The Tourism Promotions Board (tpb). This Includes Serving As The Primary Advisor For Executing Gad Activities, Such As Reviewing Key Submissions To The Philippine Commission On Women (pcw). Additionally, The Consultant Will Develop Essential Gad Resources, Serve As A Subject Matter Expert (sme) In Conducting Gad Executive Briefings, And Deliver Targeted Capacity-building Programs To Enhance Foundational, Technical, And Organizational Competencies In Gad Across The Organization. The Following Are The Details Of The Deliverables That Will Be Required As Part Of The Consultancy: • Technical Assistance 1. Provide Expert Advice And Executive Summary Report On Gad Programs Implementation • Serve As The Overall Advisor To Tpb In Executing Its Gad Activities, Including The Review Of Submissions To The Philippine Commission On Women (pcw) Such As The Gpb (gender And Development Plan), Gmef (gender Mainstreaming Evaluation Framework), And Gad Accomplishment Reports. • Recommend Gender-related Learning Sessions Tailored For Tpb’s Institutional Events, Such As Phitex, Micecon, And Rtf, To Promote Inclusivity And Awareness Within The Tourism Industry. Indicative Time Schedule: All Throughout The Duration Of Engagement 2. Serve As Subject Matter Expert (sme) And Provide An Event Activity Report In The Conduct Of Gad Executive Briefing For Tpb Board Of Members And Mancom • Act As An Sme In Conducting Gad Executive Briefing For 2025 For The Tpb Board Of Members And Management Committee Indicative Time Schedule: Within Third Quarter: July – September 2025 (2-3-hour Session) • Capacity Building A. Job Specific/ Technical Skills Training 1. Use Of Gad Tools In Mainstreaming Gender Elements In The Project Elements Cycle (overview Of Gender Analysis, Hgdg, Pimme Workshop) • Conduct Training Needs Analysis • Design And Prepare Comprehensive Training Modules • Conduct And Facilitate Training Sessions • Prepare And Submit The Learning Measurement And Evaluation Report Of The Training And Include A Summarized Gender Analysis Report Of Tpb Based On The Outputs Generated During The Workshop Indicative Time Schedule: Within Second Quarter: April – June 2025 24-hour (3-day) Session 2. Training On Gender Statistics And Development Of Standardized Surveys For Tpb Sdd Collection • Conduct Training Needs Analysis • Design And Prepare Comprehensive Training Modules (output Of The Training Session Is The Development Of Standardized Surveys For Tpb Sdd Collection) • Conduct And Facilitate Training Sessions • Prepare And Submit The Learning Measurement And Evaluation Report Indicative Time Schedule: Within Third Quarter: July – September 2025 24-hour (3-day) Session 3. Gender And Tourism (fostering Gender Equality In Tourism/ Integrating Gender Perspectives In Sustainable Tourism Development) • Conduct Of Training Needs Analysis • Craft Training Modules For Tpb Personnel • Conduct At Least One (1) Session Of The Created Module For Pilot Testing • Prepare And Submit The Learning Measurement And Evaluation Report Indicative Time Schedule: Within Third Quarter: July – September 2025 16-hour (2-day) Session B. Organizational / Management / Leadership Training 1. Gender Analysis Training For Gfps, Twg And Secretariat • Conduct Training Needs Analysis • Design And Prepare Comprehensive Training Modules (output Of The Training Session: Gmef Scoresheet) • Conduct And Facilitate Workshop Sessions • Prepare And Submit The Learning Measurement And Evaluation Report Indicative Time Schedule: Within Second Quarter: April – June 2025 16-hour (2-day) Session 2. Workshop On Gad Plan And Budget 2026 For Gfps, Twg, And Secretariat • Conduct Training Needs Analysis • Design And Prepare Comprehensive Training Modules (output Of The Workshop Session: Develop The Gpb For 2026) • Conduct And Facilitate Workshop Sessions • Prepare And Submit The Learning Measurement And Evaluation Report Indicative Time Schedule: Within Third Quarter: July – September 2025 24-hour (3-day) Session 3. Workshop On 2025 Gad Accomplishment Report For Gfps, Twg, And Secretariat • Conduct Training Needs Analysis • Design And Prepare Comprehensive Training Modules (output Of The Workshop: Develop The Gad Ar For 2025) • Conduct And Facilitate Workshop Sessions • Prepare And Submit The Learning Measurement And Evaluation Report Indicative Time Schedule: Within Fourth Quarter: October – December 2025 24-hour (3-day) Session The Subject Matter Expert/s May Also Serve As Resource Speaker/s For Other Gad-related Training Sessions Or Seminars Identified As Part Of The Tpb's Major Or Flagship Paps, Which Are Outside The Scope Of This Engagement. The Costs For Such Services Will Be Billed Separately And Will Not Be Included In The Approved Budget For The Contract (abc) For This Engagement. Training The Consulting Firm Shall Provide Capacity-building Trainings For Concerned Tpb Personnel As Follows: Training A. Technical Assistance 1. Gad Executive Briefing Target Participants: Tpb Board Of Members And Management Committee B. Job Specific/ Technical Skills Training 1. Use Of Gad Tools In Mainstreaming Gender Elements In The Project Elements Cycle (overview Of Gender Analysis, Hgdg, Pimme Workshop) Target Participants: 30 Personnel From Gfps Members And M&p Project Officers 2. Training On Gender Statistics And Development Of Standardized Surveys For Tpb Sdd Collection Target Participants: 30 Personnel From Gfps Members And M&p Project Officers 3. Gender And Tourism (fostering Gender Equality In Tourism/ Integrating Gender Perspectives In Sustainable Tourism Development) Target Participants: 30 Personnel From Gfps Members And M&p Project Officers C. Organizational/ Management/ Leadership Training 1. Workshop On Gad Plan And Budget 2026 For Gfps, Twg, And Secretariat Target Participants: 30 Personnel From The Gfps Executive Committee, Twg And Secretariat 2. Gender Analysis Training For Gfps, Twg And Secretariat Target Participants: 30 Personnel From The Gfps Executive Committee, Twg And Secretariat 3. Workshop On 2025 Gad Accomplishment Report For Gfps, Twg, And Secretariat Target Participants: 30 Personnel From The Gfps Executive Committee, Twg And Secretariat Scope And Limitations 1. Ownership Of Outputs All Reports, Designs, Specifications, And Other Documents Prepared By The Consulting Firm Or Consultant For The Tpb Under This Project Shall Be Considered The Property Of The Tpb. These Outputs Are To Remain Exclusively Under The Tpb’s Ownership For Use As Deemed Necessary. 2. Prior Approvals The Consulting Firm Or Consultant Shall Obtain The Procuring Entity’s Prior Approval For The Following: A. Schedule Of Activities And Deliverables B. Accomplished Forms, Reports, And Templates 3. Responsibilities Of The Consulting Firm Or Consultant A. The Consulting Firm Or Consultant Shall Provide All Necessary Supplies And Materials Required To Deliver The Agreed-upon Services And Outputs. B. The Consulting Firm Or Consultant Shall Furnish Copies Of All Required Outputs, Including Online File Links, In Both Hard And Editable Digital Formats For The Procuring Entity's Use. 4. Support From The Procuring Entity A. The Tourism Promotions Board (tpb) Shall Provide Conducive Venues For Meetings And Learning Sessions Required During The Implementation Of The Project. Bidder’s Eligibility Requirements And Key Personnel This Consultancy Service Requires Either A) A Consulting Firm Or B) An Individual Consultant With Experienced Subject Matter Experts (smes) To Provide Specialized Support To The Tpb Gad Focal Point System (gfps), Technical Working Group (twg), And Secretariat. Below Are The Detailed Qualifications: A. Qualification Of The Consultancy Company/firm 1. Company Profile: Must Be A Filipino-owned, Operated, And Legally Registered Company Under Philippine Laws And Must Have Been In Operation For At Least The Last Five (5) Years 2. Relevant Experience: Must Have Undertaken At Least Three (3) Successful Consultancy Services With Private Or Government Organizations 3. Required Key Personnel: The Consulting Firm Must Provide The Following Key Personnel For The Project: Position Lead Subject Matter Expert (project Manager) - 1 Senior Subject Matter Expert - 1 Coordinator/technical Assistant - 1 1. Lead Subject Matter Expert (project Manager)  Must Have Experience In Preparing And Facilitating The Accomplishment Of Philippine Commission On Women (pcw)-prescribed Reports And Forms, Such As: A. Gad Agenda B. Gad Plan And Budget (gpb) C. Gad Accomplishment Report D. Gender Mainstreaming Evaluation Framework (gmef) E. Hgdg And Pimme Checklist Tool  Must Have Conducted At Least Five (5) Sessions Related To Gender And Development In The Last Three (3) Years. 2. Senior Subject Matter Expert  Must Have Experience In Preparing And Facilitating The Accomplishment Of Pcw-prescribed Reports And Forms, As Listed Above.  Must Be Proficient In Microsoft Office Applications. 3. Coordinator/technical Assistant  Must Have Experience In Providing Technical Assistance, Including Facilitating Sessions, Preparing Session Highlights, And Documenting Proceedings In Collaboration With Tpb Personnel.  Must Be Proficient In Microsoft Office Applications. B. Qualifications Of Individual Consultant 1. Professional Expertise A. Must Have Experience Equivalent To That Of A Lead Subject Matter Expert (project Manager), As Outlined Under The Consulting Firm’s Key Personnel Qualifications. B. Must Have Conducted At Least Five (5) Sessions Related To Gender And Development In The Last Three (3) Years. C. Must Be Proficient In Preparing And Facilitating The Accomplishment Of Pcw-prescribed Reports And Forms, Including But Not Limited To: 1. Gad Agenda 2. Gad Plan And Budget (gpb) 3. Gad Accomplishment Report 4. Gender Mainstreaming Evaluation Framework (gmef) 5. Hgdg And Pimme Checklist Tool 2. Technical Assistance Option A. The Individual Consultant May Hire A Technical Assistant At Their Own Discretion And Expense To Assist In The Delivery Of Required Services And Outputs. Other Terms And Conditions The Service Provider Is Expected To Submit Technical And Financial Proposals Which Shall Include: • A Brief Profile And Description Demonstrating The Professional/company Qualification Indicated In Item V. Qualifications; • Curriculum Vitae Of Key Personnel Who Will Be Assigned In The Projects Showing Competency, Experience And Areas Of Specialization Using The Tpf6 Form; • List And Evidence Of Relevant Work Experience For The Last Five (5) Years (2019-2024 Timeline); • The Winning Bid Shall Be Determined Based On The Single Or Highest Rated Bid Provided That The Amount Of The Bid Does Not Exceed The Above-mentioned Abc. Legal Requirements: • For Firm 1. Mayor’s/ Business Permit 2. Philgeps Registration Number/ Certificate 3. Income/business Tax Return 4. Notarized Omnibus Sworn Statement • For Individual Consultant 1. Philgeps Registration Number/ Certificate 2. Professional License/ Curriculum Vitae 3. Bir Certificate Of Registration 4. Notarized Omnibus Sworn Statement Attachments: 1. Statement Of Compliance 2. Omnibus Sworn Statement 3. Technical Specifications/ Terms Of Reference Note: 1. All Entries Must Be Typewritten In Your Company Letterhead. 2. Price Validity Shall Be For A Period Of Thirty (30) Calendar Days.
Closing Date26 Feb 2025
Tender AmountPHP 995 K (USD 17.1 K)

National Institutes Of Health Tender

Others
United States
Details: This Is A Small Business Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Small Business Sources; (2) Whether They Are Small Businesses; Hubzone Small Businesses; Service-disabled, Veteran-owned Small Businesses; 8(a) Small Businesses; Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Small Disadvantaged Businesses; And (3) Their Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition. your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. An Organization That Is Not Considered A Small Business Under The Applicable Naics Code Should Not Submit A Response To This Notice. this Notice Is Issued To Help Determine The Availability Of Qualified Companies Technically Capable Of Meeting The Government Requirement And To Determine The Method Of Acquisition. It Is Not To Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. Responses Will Not Be Considered As Proposals Or Quotes. No Award Will Be Made As A Result Of This Notice. The Government Will Not Be Responsible For Any Costs Incurred By The Respondents To This Notice. This Notice Is Strictly For Research And Information Purposes Only. background: The National Institute On Aging (nia) Requires The Acquisition Of Mass Spectrometry Reagents For Mass Spectrometry-based Proteomics, Peptidomics, Lipidomics And Metabolomics To Understand The Underlying Biology Of Alzheimer’s Disease And Related Dementias. purpose And Objectives: The Nia’s Objective Is To Create A National Resource Of Isogenic Sets Of Alzheimer’s Disease And Related Dementias Mutation Ipsc Lines, Complimented By Foundational Phenotypic Datasets From Differentiated Disease-relevant Cells Derived From These Lines. The Nia Anticipates That This Resource Will Substantially Accelerate The Pace Of Mechanistic Discovery Regarding How Alzheimer’s Disease And Related Dementia Mutations Cause Disease. project Requirements: Please See The Purchase Description Attached To This Posting. anticipated Delivery Dates: base Quantity: July 7, 2025 optional 1 Quantity: July 7, 2026 optional 2 Quantity: July 7, 2027 capability Statement /information Sought. small Business Concerns That Believe They Possess The Capabilities To Provide The Required Services Should Submit Documentation Of Their Ability To Meet Each Of The Project Requirements To The Contracting Officer. The Capability Statement Must Specifically Address Each Of The Project Requirements Separately. Additionally, The Capability Statement Should Include 1) The Total Number Of Employees, 2) The Professional Qualifications Of Personnel As It Relates To The Requirements Outlined, 3) Any Contractor Gsa Schedule Contracts And/or Other Government-wide Acquisition Contracts (gwacs) By Which All Of The Requirements May Be Met, If Applicable, And 4) Any Other Information Considered Relevant To This Program. Small Businesses Must Also Provide Their Company Name, Unique Entity Id Number From Sam.gov, Physical Address, And Point Of Contact Information. interested Small Businesses Are Required To Identify Their Type Of Business, Applicable North American Industry Classification System (naics) Code, And Size Standards In Accordance With The Small Business Administration. The Government Requests That No Proprietary Or Confidential Business Data Be Submitted In A Response To This Notice. However, Responses That Indicate The Information Therein Is Proprietary Will Be Properly Safeguarded For Government Use Only. Capability Statements Must Include The Name And Telephone Number Of A Point Of Contact Having Authority And Knowledge To Discuss Responses With Government Representatives. Capability Statements In Response To This Market Survey That Do Not Provide Sufficient Information For Evaluation Will Be Considered Non-responsive. When Submitting This Information, Please Reference The Solicitation Notice Number. the Respondent Must Also Provide Their Unique Entity Id Number From Sam.gov, Organization Name, Address, Point Of Contact, And Size And Type Of Business (e.g., 8(a), Hubzone, Etc., Pursuant To The Applicable Naics Code And Any Other Information That May Be Helpful In Developing Or Finalizing The Acquisition Requirements. one (1) Copy Of The Response Is Required And Must Be In Microsoft Word Or Adobe Pdf Format Using 11-point Or 12-point Font, 8-1/2” X 11” Paper Size, With 1” Top, Bottom, Left And Right Margins, And With Single Or Double Spacing. the Information Submitted Must Be In And Outline Format That Addresses Each Of The Elements Of The Project Requirement And In The Capability Statement /information Sought Paragraphs Stated Herein. A Cover Page And An Executive Summary May Be Included But Is Not Required. the Response Is Limited To Ten (10) Page Limit. The 10-page Limit Does Not Include The Cover Page, Executive Summary, Or References, If Requested. the Response Must Include The Respondents’ Technical And Administrative Points Of Contact, Including Names, Titles, Addresses, Telephone And Fax Numbers, And E-mail Addresses. all Responses To This Notice Must Be Submitted Electronically To The Contract Specialist And Contracting Officer. Facsimile Responses Are Not Accepted. the Response Must Be Submitted To Rashiid Cummins, Contract Specialist, At E-mail Address Rashiid.cummins@nih.gov the Response Must Be Received On Or Before January 21st, 2025, 3:00 Pm, Eastern Time. “disclaimer And Important Notes: This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work. respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Presolicitation Synopsis And Solicitation May Be Published In Federal Business Opportunities. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).”
Closing Date20 Jan 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Expression Of Interest Consulting Services For External Resettlement Monitoring Consultant For Integrated Flood Resilience And Adaptation 1 (infra 1) Project, Under Adb Financing (adb Loan No. 4345-phi) 1. The Government Of The Republic Of The Philippines - Department Of Public Works And Highway Has Applied For Financing From The Asian Development Bank Toward The Cost Of The External Resettlement Monitoring Consultant And Intends To Apply Part Of The Proceeds For The Services That Will Assist And Support The Dpwh In Executing And Implementing The Project’s Resettlement Plan. 2. The Department Of Public Works And Highways (dpwh) Is Requesting Expression Of Interests (eois) For: Project: Consulting Services For External Resettlement Monitoring Consultant For Integrated Flood Resilience And Adaptation 1 (infra 1) Project, Under Adb Financing (adb Loan No. 4345-phi) I. Consulting Services Consultant’s Services Will Be Required To Support The Dpwh Unified Project Management Office – Flood Control And Management Cluster (upmo-fcmc) In The Conduct Of External Assessment Of The Project’s Resettlement Plan To Be Implemented And In Order To Ensure That The Resettlement And Livelihood Rehabilitation Objectives Are Being Met Under Integrated Flood Resilience And Adaptation 1 (infra 1) Project. A Total Of 42 Person-months (pm) Of Inputs, For National Experts Will Be Engaged. Dpwh Will Select A Consulting Firm Following Quality-and -cost Based Selection (qcbs) Process (80:20 Ratio) In Accordance With Adb Procurement Policy 2017 And The Procurement Regulations For Adb Borrowers 2017 (as Amended From Time To Time). The Consultant’s Services Will Be Financed By The Adb And The Government. The Dpwh Will Be The Executing And Implementing Agency (ea/ia). During The Services, The Consultant Will Report To Dpwh Through The Upmo-fcmc. Ii. Key Objectives The Key Objectives Of The External Resettlement Monitoring Consultant Are As Follows: A. To Review Internal Monitoring Report And Verify Internal Monitoring Information; B. To Verify Whether The Overall Resettlement Objectives Are Being Met In Accordance With The Rp/ripp/regdp, And If Not, To Suggest Corrective Measures; C. To Assess The Extent To Which Implementation Of The Rp/ripp/regdp Complies With Adb’s Safeguard Policy Statement (sps); D. To Identify Problems Or Potential Risks/hazards; E. To Identify Methods Of Responding Immediately To Mitigate Problems And Advise The Dpwh Accordingly; And F. To Verify If The Livelihoods And The Standard Of Living Of Affected Persons (aps), Including Those Of The Non-titled Displaced Persons, Are Restored And/or Improved. Iii. Implementation Period External Monitoring Activities Will Be Carried Out For A Period Of 5 Years On A Semi-annual Basis Starting From The Conduct Of Detailed Measurement Survey Until The Completion Of Livelihood/income Restoration Activities. For Project Components Where Payment Of Compensation/allowances Has Been Substantially Completed, The External Expert Will Also Conduct A Resettlement Audit To Verify Completion Of Payment Of Compensation/allowances And Hand-over Of Plots. The External Monitoring And Evaluation Experts/qualified Ngos Will Be Composed Of One Team Leader With Extensive Experience In Monitoring And Evaluation Of Resettlement Activities In The Country With Strong Ability In Preparing Resettlement Reports. The Team Leader Will Be Assisted By At Least 3 Specialists (one For Each River Basin) With Expertise On Land Acquisition/resettlement And Social Development, Monitoring And Research Methodology, And Assets Valuation. The Payments Under This Service Shall Be Made In Lump Sum Installments Against Deliverables. The Payments Will Be Made According To The Payment Schedule Stated In The Terms Of Reference (tor). 3. Interested Consultants Should Register On The Adb Consultant Management System (cms) Where The Consulting Services Recruitment Notice (csrn) For This Project Can Be Found. In The Csrn, The Consultants Shall Accomplish The Eoi Template By Providing The Required Information And Submit To Adb Cms On Or Before January 23, 2025 Until 11:59 P.m. (philippine Time). Relevant Information Pertaining To The Services Will Be Available In The Csrn. 4. Interested Consultants Should Provide Information Demonstrating That They Have The Required Qualifications And Relevant Experience To Perform The Services. Consultants May Associate With Other Firms To Enhance Their Qualifications But Should Indicate Clearly Whether The Association Is In The Form Of A Joint Venture And/or A Sub-consultancy. In The Case Of A Joint Venture, All The Partners In The Joint Venture Shall Be Jointly And Severally Liable For The Entire Contract, If Selected. 5. The Bids And Awards Committee For Consulting Services (baccs) Shall Draw Up The Shortlist Of Consultants From Those Who Submitted The Expression Of Interest (eoi) On The Prescribed Deadline To Adb Cms. The Shortlist Shall Consist Of Six (6) Consulting Firms Who Will Be Invited To Submit Their Proposals. The Shortlisting Evaluation Criteria And Rating Systems Are: I) Technical Competence - 60% (must Demonstrate That The Firm Has Previous Experience Undertaking Similar Projects Involving Project Management, Construction Supervision With Capacity Building Of Any Infrastructure Projects In The Last Ten (10) Years); Ii) Geographical Experience - 20% (must Demonstrate Experience In The Philippines Or Any Country In Southeast Asia); And Iii) Management Competence - 20% (must Demonstrate That The Firm Has Quality Control And Assurance System In Place And Project Management Coordination In Undertaking Similar Consultancy Services). 6. The Dpwh Reserves The Right To Reject Any Or All Bids, Annul The Bidding Process, Or Not Award The Contract At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. For Further Information, Interested Consultants May Contact The Following Contact Person During Office Hours (7:00 A.m. To 4:00 P.m.) Point Of Contact: Eric A. Ayapana Undersecretary For Operations In Charge Of Convergence Projects Chairman, Bac For Consulting Services 2nd Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila Telephone No.: (+632) 5-304-2925 / (+632) 5-304-3023 Email Address: Ayapana.eric@dpwh.gov.ph Obja-an.mary_grace@dpwh.gov.ph Approved By: Eric A. Ayapana Undersecretary For Operations In Charge Of Convergence Projects Chairman, Bac For Consulting Services Date Of Advertisement: December 20, 2024
Closing Date5 Feb 2025
Tender AmountRefer Documents 

Municipality Of Basud, Camarines Norte Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Description: Construction Of 495.63 Sq.m. Bus Terminal With 607.20 Sq.m. Bus Concourse Area (roof Only), Ticket Booth, 161.69 Sq.m. Passenger Waiting Area, Public Toilets (female, Male And Pwd), And 111.52 Sq.m. Parking Lot And Drop-off Area, Construction Of Recreational Center (phase 1) With Ground Floor Area Of 657.36 Sq.m. And Second Floor Of 842.23 Sq.m. (floor Slab, Columns And Ss Handrails), 6 Units Of 14.10 Sq.m. Rentable Spaces, Public Toilets (female, Male And Pwd), Control Room, Pump Room, Electrical Room, Generator Room, 2 Units Of Admin Offices, 68.17 Sq.m. E-library/techno-hub, 173.79 Sq.m Multi-purpose Hall And 144.10 Sq.m. Parking Lot A. General Requirements A.1 Mobilization And Demobilization 1.00 L.s. A.2 Occupational Safety And Health 1.00 L.s. A.3 Project Billboard 1.00 Each A.4 Lot Survey, Ground Layout And Staking 1.00 L.s. Bus Terminal B. Earthworks B.1 Removal Of Unsuitable Materials 332.12 Cu.m. B.2 Embankment From Borrow 2,053.08 Cu.m. B.3 Anti-termite Soil Poisoning 603.85 Sq.m. C. Pile Works C.1 Precast Concrete Piles, Furnished (400mm X 400mm) 525.00 L.m. C.2 Precast Concrete Piles, Driven 493.50 L.m. D. Construction Of Bus Terminal D.1 Structure Excavation 268.03 Cu.m. D.2 Gravel Bedding 45.71 Cu.m. D.3 Structural Concrete (footings, Columns And Beams) 221.45 Cu.m. D.4 Structural Concrete (slabs, Canopies & Parapet Walls) 100.58 Cu.m. D.5 Structural Concrete (lean Concrete) 11.60 Cu.m. D.6 Reinforcing Steel Bars (g.40) 24,825.67 Kgs. D.7 Formworks And Falseworks 1.00 L.s. D.8 Chb Wall (including Reinforcing Steel) 258.76 Sq.m. D.9 Cement Plaster Finish And Wall Groovings 521.99 Sq.m. D.10 Doors And Windows 1.00 L.s. D.11 Metal Structures (i-beams, Trusses And Claddings) 21,959.81 Kgs. D.12 Roofing Works And Accessories 1,148.92 Sq.m. D.13 Ceiling Works And Ventilation 374.83 Sq.m. D.14 Tile Works And Brick Pavers 464.08 Sq.m. D.15 Painting Works And Wall Treatments 1,551.98 Sq.m. D.16 Sanitary Works 1.00 L.s. D.17 Storm Drainage System 1.00 L.s. D.18 Cold Water Line Works 1.00 L.s. D.19 Plumbing Fixtures 1.00 L.s. D.20 Electrical Works 1.00 L.s. D.21 Mechanical Works 1.00 L.s. D.22 Stainless Steel Signage (front) - Machine Cut 1.00 L.s. Recreational Center (phase 1) E. Earthworks E.1 Removal Of Unsuitable Materials 688.40 Cu.m. E.2 Embankment From Borrow 4,255.54 Cu.m. E.3 Anti Termite Soil Poisoning 1,251.63 Sq.m. F. Pile Works F.1 Precast Concrete Piles, Furnished (400mm X 400mm) 2,232.00 L.m. F.2 Precast Concrete Piles, Driven 525.00 L.m. G. Construction Of Recreational Center G.1 Structure Excavation 954.36 Cu.m. G.2 Gravel Bedding 134.95 Cu.m. G.3 Structural Concrete (footings, Columns And Beams) 728.38 Cu.m. G.4 Structural Concrete (slabs, Canopies And Parapet Walls) 308.66 Cu.m. G.5 Structural Concrete (lean Concrete) 43.45 Cu.m. G.6 Reinforcing Steel Bars (g40) 83,257.39 Kgs. G.7 Reinforcing Steel Bars (g60) 15,008.47 Kgs. G.8 Formworks And Falseworks 1.00 L.s. G.9 Chb Wall (including Reinforcing Steel) 915.26 Sq.m. G.10 Cement Plaster Finish And Wall Groovings 1,863.24 Sq.m. G.11 Doors, Windows, Glass Doors Ad Glass Walls 1.00 L.s. G.12 Metal Structures (handrails) 105.26 L.m. G.13 Ceiling Works And Ventilation 518.56 Sq.m. G.14 Tile Works And Brick Pavers 1,083.16 Sq.m. G.15 Painting Works And Wall Treatments 3,198.18 Sq.m. G.16 Sanitary Works 1.00 L.s. G.17 Storm Drainage System 1.00 L.s. G.18 Cold Water Line Works 1.00 L.s. G.19 Plumbing Fixtures 1.00 L.s. G.20 Electrical Works 1.00 L.s. G.21 Mechanical Works 1.00 L.s. G.22 Waterproofing 842.23 Sq.m. G.23 Testing And Commissioning 1.00 L.s. G.24 G.i. Roof And Walls 262.17 Sq.m.
Closing Date3 Mar 2025
Tender AmountPHP 80.7 Million (USD 1.3 Million)

DEFENSE LOGISTICS AGENCY USA Tender

Others
United States
Description: Amc/amsc: 1g 1 Suitable For Competitive Acquisition. (see Notes 1 And 2) g The Government Has Unlimited Rights To The Technical Rights To The Technical Data, And The Data Package Is Complete. Valid Amcs: 1 And 2. drawings – item Name: Circuit Card Assembly rp001: Dla Packaging Requirements For Procurement rd002, Covered Defense Information Applies 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. rq009: Inspection And Acceptance At Origin rq011: Removal Of Government Identification From Non-accepted Supplies 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. rq039: Non-tailored Higher-level Quality Requirements (sae As9100) For manufacturers And Non-manufacturers rt001: Measuring And Test Equipment part Name Assigned By Controlling Agency: Circuit Card Assembly, Phase shifter Driver Electro-static Sensitive Device mil-std-130n(1) Dated 16 Nov 2012. identification Marking Of U.s. Military Property 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). reference Control Part Number 7624570 Cage 53711 sampling: the Sampling Method Shall Be In Accordance With Mil-std-1916 Or Asq h1331, Table 1 Or A Comparable Zero Based Sampling Plan Unless Otherwise specified By The Contract. If The Applicable Drawing, Specification, standard, Or Quality Assurance Provision (qap) Specifies Critical, Major and/or Minor Attributes, They Shall Be Assigned Verificaiton Levels Of vii, Iv And Ii Or Aqls Of 0.1, 1.0 And 4.0 Respectively. Unspecified attributes Shall Be Considered As Major Unless Sampling Plans Are specified In Applicable Documents. For Mil-std-1916, The Manufacturer may Use The Attribute Or Variable Inspection Method At Their Option Or per The Contract. Mil-std-105/asq Z1.4 May Be Used To Set Sample Lot size, But Acceptance Would Be Zero Non-conformances In The Sample Lot unless Otherwise Specified In The Contract. overall Length: 5.740 Inches Nominal Overall Width: 1.619 Inches Nominal major Components: Connector Assy, Electrical (7624566-2/53711) 1; printed Wiring Board, Phase Shifter Driver, 1; No Keying Pins Special features: No Keying Pin; Model With Keying Pin Is 7624570-1. End Item identification: As-4108/spy Phased Array Antenna critical Application Item iaw Basic Drawing Nr 53711 7624570 revision Nr D Dtd 06/21/2011 part Piece Number: iaw Reference Drawing Nr 53711 7624570 revision Nr F Dtd 02/06/2009 part Piece Number: iaw Reference Drawing Nr 10001 2900594 revision Nr Ae Dtd 12/01/2014 part Piece Number: iaw Reference Drawing Nr 10001 3256939 revision Nr P Dtd 02/28/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624560 revision Nr A Dtd 06/19/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624561 revision Nr B Dtd 01/30/2018 part Piece Number: iaw Reference Drawing Nr 53711 7624562 revision Nr C Dtd 05/08/2019 part Piece Number: iaw Reference Drawing Nr 53711 7624563 revision Nr L Dtd 03/10/2017 part Piece Number: iaw Reference Drawing Nr 53711 7624565 revision Nr Dtd 09/22/2005 part Piece Number: iaw Reference Drawing Nr 53711 7624566 revision Nr G Dtd 02/21/2020 part Piece Number: iaw Reference Drawing Nr 53711 7624567 revision Nr A Dtd 01/15/2007 part Piece Number: iaw Reference Drawing Nr 53711 7624569 revision Nr C Dtd 08/19/2009 part Piece Number: iaw Reference Drawing Nr 53711 7624573 revision Nr D Dtd 10/17/2023 part Piece Number: iaw Reference Drawing Nr 53711 7624574 revision Nr B Dtd 09/07/2011 part Piece Number: iaw Reference Drawing Nr 53711 7624575 revision Nr C Dtd 06/25/2020 part Piece Number: iaw Reference Drawing Nr 53711 7624576 revision Nr D Dtd 11/07/2018 part Piece Number: iaw Reference Drawing Nr 53711 7624578 revision Nr A Dtd 05/15/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624581 revision Nr Dtd 05/13/2004 part Piece Number: iaw Reference Drawing Nr 53711 7624583 revision Nr A Dtd 07/11/2016 part Piece Number: iaw Reference Drawing Nr 53711 7624590 revision Nr A Dtd 02/13/2018 part Piece Number: iaw Reference Drawing Nr 53711 7624591 revision Nr B Dtd 05/23/2017 part Piece Number: iaw Reference Drawing Nr 53711 7624592 revision Nr A Dtd 06/30/2008 part Piece Number: iaw Reference Drawing Nr 53711 7624593 revision Nr C Dtd 05/10/2018 part Piece Number: iaw Reference Drawing Nr 53711 7624596 revision Nr B Dtd 06/28/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624597 revision Nr A Dtd 06/13/2006 part Piece Number: iaw Reference Drawing Nr 53711 7624598 revision Nr C Dtd 05/14/2020 part Piece Number: iaw Reference Drawing Nr 53711 7624599 revision Nr B Dtd 09/07/2011 part Piece Number: iaw Reference Drawing Nr 53711 7624600 revision Nr C Dtd 01/10/2018 part Piece Number: iaw Reference Drawing Nr 53711 7624602 revision Nr C Dtd 01/10/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624603 revision Nr C Dtd 07/01/2010 part Piece Number: iaw Reference Drawing Nr 53711 7624604 revision Nr A Dtd 01/10/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624605 revision Nr Dtd 09/22/2005 part Piece Number: iaw Reference Drawing Nr 53711 8306492 revision Nr B Dtd 08/21/2020 part Piece Number: iaw Reference Drawing Nr 10001 Ws10288 revision Nr Ab Dtd 04/05/2001 part Piece Number: iaw Reference Drawing Nr 10001 Ws10298 revision Nr Dtd 06/29/1983 part Piece Number: please Review The Nsn Listed Above And Provide Any Sources That May Be Able To Manufacture These Items. The Approved Sources For This Nsn Are Currently Listed Above. All Information May Be Submitted Directly To The Contract Specialist Listed Above. This Information Must Be Provided By The Response Date Indicated Above. in Order To Be Considered An Interested Party, Vendors Must Complete And Return The Attached Market Survey To The Contract Specialist Listed Above By The Required Response Date. note: This Project Contains Drawings/specifications. You May Access The Tdp Directly From Cfolders And Searching For The Above Cited Solicitation Number. you May Access Them Only Through The Following Link: Https://pcf1.bsm.dla.mil/cfolders. the Drawings Cannot Be Accessed Through Dibbs. thank You In Advance For Your Assistance.
Closing Date10 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
United States
Details: This Is A Sources Sought Announcement, A Market Survey For Written Information Only. This Is Not A Solicitation Announcement For Proposals And No Contract Will Be Awarded From This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. no Telephone Calls Will Be Accepted Requesting A Bid Package Or Solicitation. There Is No Bid Package Or Solicitation. In Order To Protect The Procurement Integrity Of Any Future Procurement, If Any, That May Arise From This Announcement, Information Regarding The Technical Point Of Contact Will Not Be Given And No Appointments For Presentations Will Be Made. the Naval Facilities Engineering Systems Command Southeast (navfac Se) Is Seeking Qualified And Interested Parties In Any Of The Following Categories: Service Disabled Veteran-owned Small Business (sdvosb), And/or Small Business (sb) Sources, U.s. Small Business Administration Certified 8(a) Program Participants, Hubzone Small Business (hubzone), And Women Owned Small Business (wosb), With Current Relevant Qualifications, Experience, Personnel, And Capability To Perform. the Work Will Be Performed In The Area Of Operations (ao) For Navfac Se, Which Includes, But Is Not Limited To, The States Of Florida, Georgia, Louisiana, Mississippi, South Carolina, Tennessee, And Texas.projects Are Planned To Be Issued As Task Orders Under Multiple Award Construction Contracts (maccs).the Work To Be Performed Consists Of, But Is Not Limited To: New Construction, Renovation, Alteration, Demolition, And Repairs Of Electrical Power Generation Plants, Electrical Transmission Systems, Electrical Distribution Systems, Outdoor Lighting, Airfield Lighting, Secondary Electrical Components, And Other Electrical Utilities Efforts, Including Storm Recovery For The Area Of Responsibility Managed By Navfac Se. projects Will Require Either Single Discipline Or Multi-discipline Design Services Or May Include 100% Construction Performance Specifications. Projects May Be Based On Design-build Or Full Plans And Specifications Format And May Also Require Comprehensive Interior Design And Incorporation Of Sustainable Features. contracts Will Be For One (1) Five-year Ordering Period. The Aggregate Value Of All Contracts Awarded From Any Resultant Solicitation Is Anticipated To Be $249,000,000 ($249m) Over The Five-year Period Over The Five-year Period. A Per-contract Maximum Will Not Be Identified. Task Orders Will Be Firm-fixed-price And Will Range From $500,000 To $30,000,000. Task Orders Under Or Over These Amounts May Be Considered If Deemed To Be In The Government’s Best Interest And Approved By The Navfac Chief Of The Contracting Office. Macc Contractors May Be Asked To Respond To Multiple Requests For Proposals (rfps) In A Short Timeframe (e.g., Four (4) Or Five (5) Rfps Issued Within A 30-day Period). if The Solicitation Is Issued As A Small Business Set-aside, Then In Accordance With Federal Acquisition Regulations (far) 52.219-14, Limitations Of Subcontracting, For General Construction, The Prime Contractor May Not Pay More Than (85%) Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Material, To Subcontractors That Are Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor’s 85% Subcontract Amount That Cannot Be Exceeded. the North American Industry Classification System (naics) Code Is 238210 – Electrical Contractors & Other Wiring, With A Small Business Size Standard Of $19,000,000 ($19m). contractor Information: Provide Your Firm’s Contact Information, To Include Its System For Awardmanagement (sam) Unique Entity Identifier And Cage Code Numbers. indicate If A Solicitation Is Issued Will Your Firm/company Be Submitting A Proposal: Yes No. type Of Business: U.s. Small Business Administration (sba) Certified 8(a), Sba Certified Hub Zone, Service Disabled Veteran-owned Small Businesses (sdvosb), Women Owned Small Business (wosb), And Small Businesses (sb). For More Information On The Definitions Or Requirements For These Small Business Programs, Refer To Http://www.sba.gov. bond Capacity: Provide Your Firm’s Surety’s Name, Your Firm’s Maximum Bonding Capacity Per Individual Project And Aggregate Bonding Capacity. experience Submission Requirements: Submit A Minimum Of Three (3) Design-build Or Design-bid-build Projects That Demonstrate Multi-discipline, Architectural, Engineering, Construction Experience As The Prime Contractor In Performing Efforts Of A Similar Size, Scope And Complexity To The Project Description Above (construction, Renovation, Alteration, Demolition And Repair Work, Including The Necessary Design); And Completed Within The Last Seven (7) Years With A Completed Value Of $500,000 Or Greater. submissions Shall Contain The Following Items (1-7) For Each Project Submitted For Consideration: include Contract Number, If Applicable. indicate Whether Prime Contractor Or Subcontractor. contract Value. completion Date. government/agency Point Of Contact And Current Telephone Number. project Description. Include A Brief Description, With Sufficient Detail, To Determine Whether This Project Is Of A Similar Size, Scope And Complexity To The Project Description In This Announcement; And How The Contract Referenced Relates To The Project Description Herein. identify Whether Your Firm Used In-house Design Capacity Or Used An Architect/engineer (a/e) Firm To Provide Design Services. Indicate Whether Your Firm Has An Established Working Relationship With The Design Firm, If Applicable. capability Statements Consisting Of Appropriate Documentation, Literature, Brochures Will Be Accepted Providing It Contains All The Information Required Above (items 1-5). Complete Submission Package Shall Not Exceed 10 Pages.please Respond To This Announcement By 3:00pm Eastern Time On 23 January 2025 Via Email To Darrien.a.thomas.civ@us.navy.mil And A Copy To Matthew.j.abbott5.civ@us.navy.mil. The Subject Line Of The Email Shall State: Electrical Utilities Macc Sources Sought Response. Responses That Do Not Meet All Requirements Or Are Not Submitted With The Allotted Time Will Not Be Considered. Respondents Will Not Be Notified Of The Results Of The Evaluation. Navfac Se Will Utilize The Information For Technical And Acquisition Planning. All Proprietary Information Not To Be Disseminated Outside The Government Must Be Clearly Marked And Identified. Since This Is A Sources Sought Announcement, No Evaluation Letters And/or Results Will Be Issued To The Participants.
Closing Date23 Jan 2025
Tender AmountRefer Documents 

Philippine International Convention Center Tender

Others
Philippines
Details: Description Request For Quotation Date: ______________ Rfq No. 2024-up-48 _____________________________ _____________________________ _____________________________ _____________________________ (company Name & Address) Sir/madam: The Philippine International Convention Center, Through Its Bids And Awards Committee, Intends To Procure Supply And Installation Of Cctv Cables At The New Cashiers Booth (fiber Structured Cabling), With An Approved Budget For Contract (abc) Of Ninety Thousand Pesos (₱90,000.00), Vat Inclusive, Which Will Be Undertaken In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Service/s Described Herein, Subject To The Terms Of Reference Provided For This Rfq. Submit Your Quotation/offer Duly Signed By You Or Your Duly Authorized Representative Not Later Than 3:00 P.m. Of ________________. A Copy Of The Following Are Required To Be Submitted Along With Your Quotation/offer: A. 2025 Mayor’s/business Permit; B. Bir Registration Certificate; C. Philgeps Registration Number; D. Omnibus Sworn Statement; And E. Copy Of The Terms Of Reference Duly Signed On All Pages. Open Quotations May Be Submitted Manually Or Email At The Address And Contact Numbers Indicated Below. For Any Clarifications, You May Contact Ms. Carreen M. Mangaya At Telephone No. (02) 8789-4761 Or Email Address At Cmmangaya@picc.gov.ph Kristine Angelica E. Agujo Head, Bac Secretariat/ Procurement Unit Rfq No. 2024-up-48 Terms Of Reference I. Project Title: Supply And Installation Of Cctv Cables At The New Cashiers Booth (fiber Structured Cabling). Ii. Approved Budget For Contract (abc): Ninety Thousand Pesos (₱ 90,000.00), Vat Inclusive. Iii. Description Of The Project: The Project Involves The Installation Of Cctv Cabling At The Newly Constructed Cashiers Booth To Enhance Security And Monitoring Capabilities. This Will Ensure A Safe Environment For Both Staff And Customers. Iv. Scope Of Works/services: • Site Survey: O Conduct A Comprehensive Assessment Of The New Cashiers Booth And Surrounding Areas. • Cable Installation/services: O Install Cables Securely Along Predetermined Paths, Utilizing Cable Trays Or Conduits As Needed. O Installation Of 1 Fiber Optics Backbone (4 Core) From Treasury Office To New Cashier Booth Idf. O Installation Of Data Rack, Connector. Patch Panel And Consumables O Labor And Mobilization. • Connection Set-up: O Connect Cables To Cctv Cameras And The Monitoring System. O Verify That All Connections Are Secure And Properly Terminated. • System Testing: O Conduct Thorough Testing Of All Installed Cameras And Connections. O Verify Video Quality, Clarity And Coverage Area. • Installation Report: O Provide Detailed Documentation, Including Cable Layouts And Camera Locations. V. Company Background And Experience: • Must Have At Least Eight (8) Years Track Record In The Installation And Implementation Of Network Fiber Optics, Cat6 Cable With Cctv Configuration And Management. • Must Have Three (3) Certified Product Engineer Personnel Of The Company. • Must Have At Least One (1) Certified Fiber And Copper Technician. Vi. Schedule Of Requirements: • Contractor Shall Complete The Project Within Twenty (20) Calendar Days. Vii. Terms Of Payment: • Full Payment Shall Be Processed Twenty (20) Working Days From The Receipt Of Invoice, Subject To The Usual Accounting And Auditing Rules And Regulations Of The Picc. • The Contractor Must Submit The Following Prior To The Processing Of The Payment. • Sales Invoice • As Built Plan • Photos Of The Completed Project Viii. Waranty And Support: • The Warranty Period Is One (1) Year After Acceptance By The Picc Authorized Representative Of The Project. Ix. General Conditions Of The Contract 1. All Prices Quoted Herein Are Valid, Binding And Effective For One Hundred Twenty (120) Calendar Days From Date Of Quotation. 2. The Contractor Shall Be Responsible For The Source(s) Of His Services/equipment Shall Make Deliveries In Accordance With Schedule, Quality And Specifications. Failure By The Awardee To Comply With The Same Shall Be Ground For Cancellation Of The Award. 3. The Contractor Shall Pick Up Rs And Ntp Issued In His Favor Within Three (3) Days After Receipt Of Notice To That Effect. A Telephone Call, Fax Transmission Or Email Shall Constitute An Official Notice To The Awardee. Thereafter, If The Rs Remain Unclaimed, The Said Rs Shall Be Sent By Messengerial Service To The Awardee At The Latter’s Expense. To Avoid Delay In The Service Of The Requesting Agency’s Requirement, All Defaulting Awardees Shall Be Precluded From Proposing Or Submitting A Substitute Sample. 4. Subject To The Provisions Of The Preceding Paragraph, Where Awardee Has Accepted A Ntp But Fails To Deliver The Services Within The Time Called For In The Same Order, He Shall Be Extended A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Services. Thereafter If Awardee Has Not Completed Delivery Of Services Within The Extended Period, The Subject Rs & Ntp Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The Picc-bac Shall Then Purchase The Required Services From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against The Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. 5. All Services By The Contractor Shall Be Subject To Inspection And Acceptance By The Picc. 6. A Penalty Of One Tenth (1/10) Of One Percent (1%) Of The Total Value Of Services/works Shall Be Deducted For Each Day Of Delay Including Sundays And Holidays In The Delivery Of The Services. 7. All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulation No. 10-93.
Closing Date13 Jan 2025
Tender AmountPHP 90 K (USD 1.5 K)

INDIAN HEALTH SERVICE USA Tender

Healthcare and Medicine
United States
Details: Sources Sought Notice For Indian Ecomomic Enterprises (iee), Indian Small Business Economic Enterprises (isbee) Or Small Business Or Other Than Small Business – This Is Not A Solicitation For Proposal And No Contract Shall Be Awarded From This Notice. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. the Indian Health Service (ihs), Phoenix Area Office (pao), Division Of Acquisition Management (dam) Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support On Providing Brand Name Hologic Flt-100 Fluent System And Service Care Service Agreement To The Ihs, Phoenix Indian Medical Center Located In Phoenix, Az. Reference Ihs1507748-pimc. requirement: Mfg: Hologic 1. 1-ea, Flt-100, Fluent System 2. 5-years, Flt-200, Surecare Service Agreement delivery To: Phoenix Indian Medical Center, 4212 North 16th Street Bldg-9, Phoenix, Az 85016 the Applicable Naics Code To This Procurement Is 339112 – Surgical And Medical Instrument Manufacturing And Size Standard Is 1,000 Employees. an E-mail Letter Of Interest That Includes Your Firm’s Capability Statement Highlighting Past Performance For Similar Deliveries Performed Within The Past 5 Years And Indicate The Following Social Economic Status Information Is All That Is Required At This Time. is Your Firm A: ___ Indian Small Business Economic Enterprise/native Owned Small Business or ___ Small Business (sb), ___ Veteran-owned Sb, ___ Service-disabled Veteran-owned Sb, ___ Hubzone Sb ___ Small Disadvantage Business, ___ Women-owned Sb or ___ Other Than Small Business buy Indian Act the Ihs Contracting Officer Will Give Priority For All Purchases, Regardless Of Dollar Value, By Utilizing Isbee Set-aside To The Maximum Extent Possible. Each Acquisition Of Supplies, Services Or Construction That Is Subject To Commercial Items (far 12.209) Or Simplified Acquisition Procedures (sap) (far 13.106) Must Be Set-aside Exclusively For Isbees. definition(s): Indian Economic Enterprise (iee) - Any Business Activity Owned By One Or More Indians, Federally Recognized Indian Tribes, Or Alaska Native Corporations Provided That:  The Combined Indian, Federally Recognized Indian Tribe Or Alaska Native Corporation Ownership Of The Enterprise Constitutes Not Less Than 51%;  The Indian, Federal Recognized Indian Tribes, Or Alaska Native Corporations Must, Together, Receive At Least 51% Of The Earnings From The Contract; And  The Management And Daily Business Operations Must Be Controlled By One Or More Individuals Who Are Indians. definition: Indian Small Business Economic Enterprise (isbee) – An Iee That Is Also A Small Business Concern Established In Accordance With The Criteria And Size Standards Of 13 Cfr Part 121. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Isbee Or Small Business Or Procured Through Full And Open Competition, And A Single Award May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Supplies Are Invited To Submit A Response To This Sources Sought Notice By February 20, 2025 4:00 Pm Mst. All Responses Under This Sources Sought Notice Must Be Emailed To Donovan.conley@ihs.gov And Reference: Ihs1507748-pimc. all Interested Firms Who Can Meet The Requirements Stated Above Should Respond, In Writing, Including All The Following: 1. Company Name. 2. Point Of Contact (name/title/telephone Number/e-mail Address). 3. Fss / Sewp Contract Number, If Applicable. 4. Duns Number Or Sam Unique Entity Identifier Number. 5. Tax Id Number. 6. Indication Of Which Business Category (iee Or Isbee) For Which The Organization Qualifies. 7. A Capability Statement That Addresses The Organizations Qualifications And Ability To Provide The Requirement Depicted Above. 9. Documentation From Manufacturer (i.e., Correspondence From Manufacturer) Of Your Firm Being An Authorized Distributor For The Manufacturer. additionally, Since Ihs Must Conduct Sufficient Market Research In Determining If There Is Reasonable Expectation Of Obtaining Offers From Two Or More Indian Economic Enterprises (iee), For Every Commercial Contract Opportunity, In Accordance With Hhsar 326.603-1. to Identify And Support Responsible Iee/isbee(s) And Prevent Circumvention Or Abuse Of The Buy Indian Act, Interested, Qualified, Vendors Must Provide The Following:  Representation Must Be Made On The Designated Ihs Indian Economic Enterprise Representation Form (attached) Through Which The Offeror Will Self-certify Eligibility; And,  Identify The Federally Recognized Indian Tribe Or Alaska Native Corporation Upon Which The Offeror Relies For Its Iee Status. interested Firms Are Reminded That In Accordance With Far 4.12, Prospective Contractors Shall Complete Electronic Annual Representations And Certifications In Conjunction With Far 4.1102 Required To Be Registered In The Systems For Award Management (sam) At The Time An Offer Or Quotation Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. The Government Will Use Responses To This Notice To Make An Appropriate Acquisition Decision. This Is The Only Notice: No Other Copies Of This Notice Will Be Provided. if You Have Any Questions Concerning This Opportunity Please Contact: donovan Conley contract Specialist phoenix Area Office, Acquisition Department 40 North Central Ave 602-200-5374 attachment: 1. Ihs Indian Economic Enterprises Representatives Form
Closing Date20 Feb 2025
Tender AmountRefer Documents 

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Amendment 0001 - The Due Date For Qualifications Has Been Extended To Monday, January 13, 2025, 2:00pm Est. Government Responses To Rfi's Have Been Attached To This Notice. description: this Is A Request For Qualifications For Architect And Engineering (a&e) Services. This Request Is 100% Set-aside For Small Business’s Registered Under The Applicable Naics Code 541330 – Engineering Services, With A Size Standard Of $25,500,000. the National Institute Of Standards And Technology (nist), An Agency Of The U.s., Department Of Commerce, Intends To Award Multiple Indefinite Delivery Indefinite Quantity (idiq) Contract(s) For General Architectural And Engineering (a/e) Services For The Nist Gaithersburg Campus Located At 100 Bureau Drive, Gaithersburg, Md 20899. A/e Services Under The Contract May Include The Following: evaluation And Feasibility Studies To Include Engineering Modeling And Simulation demolition Of Nist Structures, Utilities, And Infrastructure repair And/or Repair By Replacement, Modification/reconfiguration, Building Additions, And Upgrades To Nist Facilities (e.g., Laboratories/scientific Research, Office, Industrial). Including But Not Limited To Architectural, Mechanical, Electrical, Communications, Structural, Fire Protection, And Building Enclosure (e.g., Roofs, Windows, Foundations). repair And/or Repair By Replacement, Modification/reconfiguration For Campus Utility Systems And Supporting Underground Structures comprehensive Historical Assessments For The Preservation, Rehabilitation, And Restoration Of Historic Property interior Design Services Consisting Of Programming And Space Assessment, Fit Plans, And Office Furniture To Enhance Aesthetics, Comfort, Efficiency, And Workplace Safety. cost Estimating For Different Levels (e.g., Concept, Detailed Program, Project) life Cycle Cost Analysis Identifying Cost Elements From Initial Concept Through Operations, Support, And Disposal. hazardous Material Survey And Risk Assessment (e.g., Asbestos, Mold, Lead Paint) roofing And Waterproofing Services Such As Visual Inspections And Existing Conditions Surveys, Failure Investigation, And Design For Repairs. commissioning Design Including Assistance Of Development Owner’s Project Requirements (opr), Design Document Reviews, Development Of Commissioning Specifications And Or Initial Commissioning Plan program Of Requirements (por) Development By Meeting With Campus Personnel And Confirming Design Intent For Building And/or Major Systems (e.g., Mechanical, Electrical, Plumbing, Structural, Controls, Security, Fire Alarm, Etc.) value Engineering Analysis To Achieve Design Goals While Lowering Life Cycle Costs And Maintaining The Required Performance, Quality, Reliability, And Maintainability. record Drawings Development From Compiled As-built Set. surveying (e.g., Alta/ascm, Boundary, Topographic, Construction, Site Planning) roads/sidewalks Repairs And Replacement evaluation Of Items Requiring Earthwork Such As Excavation, Grading, Ponds, Drainage, Foundation, And Footings landscaping Design gates, Fencing, And Related Engineering Necessary To Support A Campus Environment permit Applications Submission To Regulatory Authorities Based On Specific Project Requirements. To Be Coordinated With Cor And Or Ahj For Acceptance And Or Approval environmental Compliance (state Or Federal) Conforming To Laws, Regulations, Standards, And Other Requirements construction Quality Management To Include But Not Limited To Commissioning Services contract Information: the Period Of Performance Of The Idiq Contract(s) Shall Be Five (5) Years. Annual Fully Burdened Labor Rates Will Be Negotiated Prior To Award. All Services Will Be Ordered Via The Issuance Of Individually Negotiated Firm-fixed-price Or Not­to-exceed Task Orders, Ranging In Value From $10,000 And $2,000,000. Each Idiq Contract Shall Include A Guaranteed Minimum Order Of $5,000. The Cumulative Amount Of All Task Orders Shall Not Exceed $9,800,000. the Government Anticipates Award Of Three (3) Or More Idiq Contracts; However, The Actual Number Of Awards Shall Be Made At The Discretion Of The Government. submission Requirements: consideration Will Be Limited To Professional A/e Firms Licensed And Registered In Maryland Who Provide A/e Services Primarily In The Disciplines Of Architectural, Civil, Structural, Mechanical, Electrical, And Environmental Engineering For Pre-design, Design, And Post-design Of Research Laboratory Facilities. firms Meeting The Above Requirements And Desiring Consideration Must Submit Their Qualifications By No Later Than The Date Specified In This Announcement Via Email To The Following Addresses Using The Email Subject Line “rfq Submission – General Ae Services Idiq Nb195000-25-00009”: Trent.stevens@nist.gov Guzel.gufranova@nist.gov Teresa.harris@nist.gov qualification Submissions Shall Include One (1) Original Electronic Copy In Adobe .pdf Format Of Their Standard Form 330 (sf-330) With Appropriate Data. Ae Firms Shall Include All Subcontractor's Resumes In Part 1 Of The Sf-330. Part 2 Of The Sf-330, General Qualifications, Should Also Be Submitted For Each Subcontractor Or Consultant. Indicate The Solicitation Number On All Documentation Submitted. along With The Sf-330, Offerors Shall Include: a Copy Of Your Current Registration In System For Award Management (sam); proof Of Small Business Status; a Cover Page That Provides: offeror’s Name And Address; offeror’s Uei Number; And, the Name, Title, Email, And Phone Number For The Authorized Representative Of The Offeror. submissions Will Be Evaluated By A Source Selection Evaluation Board (sseb) And Ranked Based On The Stated Evaluation Factors. The Government Will Then Establish A Competitive Range; Firms That Fall Within This Range Will Be Invited To Present Their Capabilities To The Sseb. Formal Solicitations Requesting Fee Proposals Will Be Issued To The Highest Qualified Firms As Determined By The Government. request For Information (rfi) questions And Rfi's Must Be Submitted No Later Than 1:00pm Et On 12/10/2024 Via Email To The Following Addresses Using The Subject Line “rfi - General Ae Services Idiq Nb195000-25-00009” : Trent.stevens@nist.gov Guzel.gufranova@nist.gov. the Contracting Officer Will Post Government Responses To Rfi’s On This Site As An Amendment To This Announcement. Firms Are Responsible For Monitoring This Site For Amendments To The Request For Qualifications. selection Criteria: all Work Performed Shall Be Under The Direct Control And Supervision Of A Professional And Experience Licensed Architect/engineer Employed By The Prime Contractor Assigned As The Responsible Party. part I: Evaluation Of Sf-330 prospective A-e Firms Will Be Evaluated Based On Their Demonstrated Competence And Qualifications For The Type Of Professional Services Required. The Agency Will Evaluate Each Potential A-e Firm In Terms Of This Announcement. The Selection Criteria Are Listed Below In Descending Order Of Importance: factor 1: Specialized Experience page Limit – 15 Pages firms Who Fail To Meet The Qualifications Of Factor 1 Will Not Be Evaluated On Subsequent Evaluation Factors And Will Not Be Considered For Award. offeror Shall Demonstrate The Specialized Experience And Technical Competence Of Its Firm And Its Proposed Subcontractors Performing A/e Services Meeting The Criteria Of This Solicitation Within The Past Sixty (60) Months By Providing At Least 3 But No More Than 5 Example Projects (sections F, G, And H Of The Sf330) Addressing Each Of The Subfactors Listed Below (1a, 1b, 1c, And 1d). Offeror Shall Provide At Least One Example For Subfactor 1d. All Designs Shall Be Completed At Time Of Request For Qualifications (rfq). For The Purposes Of This Evaluations, “completed” Projects Shall Mean Projects Where Final Work Was Submitted, Approved, And Accepted By The Project Owner. A. The Offeror Shall Describe Design For Renovations With Dates That Include Commercial Window Replacements, Masonry Repairs, And Roofing Repairs. Roofing Designs Are For Replacement Of An Existing Roofing System And Would Include Design And Specifications For New Built-up Roofs (at Least Three Ply) Of At Least 20,000 Sf Minimum, Including Drains, Coping And Flashing. Built Up Roofing Can Either Be Hot Or Cold Applied. B. The Offeror Shall Also Describe With Dates Laboratory Design For Renovations Of At Least 2,000 Sf Which Include Replacement Or New Fume Hood Installation Of A Fume Hood At Least Four Feet In Width, New Laboratory Grade Casework, New Seamless Flooring, And Plumbing That Includes Either Eye Wash Station Or Safety Showers. Laboratories Shall Be For Commercial Facilities, Federal And State Facilities, Hospitals, And College/universities. High School And Lower School Grade Laboratories Will Not Be Considered. C. The Offeror Shall Describe With Dates Designs That Include Laboratory Facility Mechanical, Plumbing, And Electrical Renovations, Upgrades And Alterations That Include Major Utility Systems, Facility Construction And Reconfiguration, Branch Circuits Of At Least 50 Amperes At 208v Or 480v, 3 Phase Power For Installation Of Specialized Scientific Tools, Equipment And Instrumentation (provide Amperage, Phases, And Voltages In Offer). The Contractor Shall Describe Distribution Of Manifold Specialty Gasses Utilizing At Least One Of The Following (nitrogen, Helium, Compressed Air, Or A Custom Blend) Within The Lab (note Which Gas Was In Manifold). D. The Offeror Shall Describe, With Dates, Life Safety And Code Compliance Of The Following: Ibc And Nfpa Analyses, Access And Egress Analyses, Fire Alarm Systems And Device Designs, Nfpa 13 Fire Suppression System Modification Calculations And New Installations, And Hazardous Detection Systems (radiological Or Toxic Gas Monitoring Systems). Note Which Detection System (radiological Or Toxic Gas Monitoring System) Is Being Referenced. factor 2: Professional Qualifications page Limit – 17 Pages the Offeror Shall Demonstrate The Technical Expertise And Professional Qualifications Of Its Proposed Team, Including Subcontractors And Consultants, To Perform The Required A/e Services By Providing Résumés (section E Of The Sf330) For All Of The Following Disciplines: principle senior Architect senior Cost Estimator senior Civil Engineer senior Electrical Engineer senior Fire Protection Engineer senior Geo-technical Engineer senior Laboratory Planner mechanical Engineer (piping) senior Mechanical Engineer (piping) senior Mechanical Engineer (hvac) senior Environmental Engineer senior Scheduler senior Surveyor senior Water Proofing Engineer senior Structural Engineer 2. Senior Positions Of Each Discipline Shall Have A Minimum Of Ten (10) Years Applicable Experience And Shall Be Licensed And/or Certified In Their Applicable Discipline. 3. The Offeror Shall Identify The Roles Of Its Key Personnel By Provide Resumes/sf 330s For Its Proposed Key Personnel That Include Credentials, Education, Registrations, Relevant Experience, And Their Role In Performing Requirements Outlined In Factor 1. 4. The Offeror Shall Submit An Organizational Chart Showing The Interrelations Of The Proposed Team Including All Subcontractors And Consultants. factor 3: Geographical Location page Limit – 1 offeror Shall Be Within 50 Miles Of The Nist Main Campus In Gaithersburg, Md. Nist Address Is 100 Bureau Drive, Gaithersburg, Md 20899. Offeror Shall Demonstrate This Distance By Submitting Information (driving) Via An Internet Mapping Program. The Driving Shall Begin At The Offeror’s Office To Nist. factor 4: Capacity page Limit – 2 Pages the Offeror Shall Describe Their Team, Including Subcontractors, Capability To Complete Simultaneous Tasks Within The Required Timeframe Based On Current And Planned Workload And Expected Backlog. the Offeror Shall Confirm That There Is Sufficient Capacity Within The Firm, Or That Additional Professional Capacity Can Be Increased As Needed In A Timely Manner To Deliver Projects That Meet The Government’s Specialized Requirements. factor 5: Past Performance page Limit – None offeror Shall Provide Past Performance Information For The Relevant Projects Identified In Their Factor 1 – Specialized Experience Submission In The Form Of Either A Contractor Performance Assessment Reporting System (cpars) Report Or The Provided Past Performance Questionnaires (ppqs). if The Project Was Completed For The Federal Government, The Offeror Shall Provide A Copy Of The Most Recently Completed Contractor Performance Assessment Reporting System (cpars) Report. if No Cpars Is Available, Offeror Shall Use The Provided Past Performance Questionnaire (ppq). Ppqs Shall Be Completed And Signed By The Customer Identified In The Relevant Project. Limit Of One Ppq Per Project. if An Offeror Submits Incomplete Past Performance Or Fails To Submit Any Past Performance Information, The Government May Evaluate Past Performance Based On The Information Obtained Concerning The Offerors’ Performance Relevant To Services Similar In Scope, Complexity, And Size For The Prime Contractor. Additionally, The Following Resources Will Be Used For Evaluation: contractor Performance Assessment Reporting Systems (cpars), Or Similar Systems Of Other Government Departments And Agencies, interviews Within Nist If Offeror Holds/held Previous Contracts, interviews With Program Managers And Contracting Officers, And; other Sources Known To The Government, Including Commercial Sources. in The Case Of An Offeror Without A Cpars Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available, The Offeror Shall Be Rated Neither Favorably Nor Unfavorably. part Ii: Oral Presentations in Accordance With Far 36.602-3, The Government Will Hold Discussions With At Least Three Of The Most Highly Qualified Firms (firms Within The Competitive Range). More Details Related To The Presentations Will Be Provide To The Firms That Are Selected To Move Forward. fee Proposal only Those Firms Selected For Award Will Be Invited To Provide A Fee Proposal. Firms Shall Submit Along With Their Fee Proposal A Copy Of Audited Overhead Rate Statement Prepared In Accordance With The Federal Acquisition Regulation (far), Part 31 For The Prime And Their Sub-consultants. The Audit Must Be From A Federal, State, Local Government Or An Independent Third-party Auditor In Accordance With Far 31. Audit Conducted In Accordance With Generally Accepted Accounting Principles (gaap) Will Not Be Accepted.
Closing Date13 Jan 2025
Tender AmountRefer Documents 
8561-8570 of 8924 archived Tenders