Survey Tenders
Survey Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
United States
Details: Admendment36c24925q0143 0002 Is To Extend The Source Sought Deadline To Feb 18th, 21025 At 11:00 Est.
admendment36c24925q0143 0001added 52.225-1 And 52.225-2 To Be Filled Out By Interested Parties.
on Behalf Of The Tennessee Valley Healthcare Syste, Va Medical Center, Network Contracting Office (nco) 9 Is Issuing This Sources Sought Notice (ssn) As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For A Firm-fixed-priced Purchase Order For Total Hip And Knee Revision Instruments. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Anticipated North American Industry Classification System (naics) Code Is 339112 Surgical And Medical Instrument Manufacturing. This Sources Sought Notice Is For Informational And Planning Purposes Only And Does Not Constitute A Solicitation. There Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Bids, Proposals, Or Quotes; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; And The Government Assumes No Financial Responsibility For Any Costs Incurred. An Award Will Not Be Made On Any Offers Submitted In Response To This Notice, And It Shall Not Be Implied The Government Is Committed To Providing Any Solicitation Or Award Following This Notice. The Government Will Not Pay For Any Information Received In Response To This Request, Nor Will The Government Compensate A Respondent For Any Costs Incurred In Developing The Information Provided. If Your Organization Has The Potential Capacity To Perform These Services, Please Provide The Following Information: Organization Name: Point Of Contract Uei: Business Address: Email And Telephone Number Web Site Address Business Size: Mark If Your Firm Is Eligible For Participation In One Of The Following Small Business Programs. If So, Please Indicate The Program: [ ] Yes [ ] No - Small Business (sb) [ ] Yes [ ] No - Hubzone [ ] Yes [ ] No - Small Business 8(a) [ ] Yes [ ] No - Small Disadvantaged Business (sdb) [ ] Yes [ ] No - Women-owned (wo) Small Business [ ] Yes [ ] No - Service Disabled Veteran Owned Small Business (sdvosb) [ ] Yes [ ] No - Veteran Owned Small Business (vosb) [ ] Yes [ ] No - Large Business [ ] Yes [ ] No - Other (please Specify) Business Type Under Naics 339112, Which Contains A Size Standard Of 1,000 Employees, Commercial And Government Entity (cage) Code And System For Award Management (sam) Unique Entity Id (uei) Number. [ ] Yes [ ] No Are You The Original Equipment Manufacturer (oem) [ ] Yes [ ] No If Not The Oem, Are You An Authorized Distributor, And Can Produce A Letter From The Oem? [ ] Yes [ ] No Is This Product Available On Your Gsa/fss Or Other Gwac Contract If So, What Is Your Contract Number? _____________________ [ ] Yes [ ] No - Comply With 25.225-1 Buy American-supplies Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational, And Staff Capability. In Addition To Providing The Information Requested Above, Responding Companies Are Encouraged To Include Any Relevant Information (specifications, Cut Sheets, Brochures, Capability Statement, Experience Etc.) To Confirm The Company S Ability To Meet The Requirements Outlined In This Request. Responses To This Ssn Shall Not Exceed 4 Pages And Should Include All The Foremost Mentioned Information. In Addition, All Submissions Should Be Provided Electronically In A Microsoft Word Or Adobe Portable Document Format (pdf). The Government Will Evaluate Market Information To Ascertain Potential Market Capacity To: Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated. Implement A Successful Plan That Includes Contractor Compliance With Program Standards, Quality Control, And Performance. Provide Services Under A Firm-fixed-price Contract. Note: Respondent Claiming Sdvosb And Vosb Status Shall Be Registered, And Veteran Small Business Certification (vetcert) Verified In Vetcert Registry Veteran Small Business Certification (sba.gov). Based On The Responses To This Ssn/market Research, This Requirement May Be Set-aside For Sdvosbs, Vosbs, Small Businesses, Procured Through Full And Open Competition, Or Sole Sourced. Submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Services Are Invited To Submit A Response To This Ssn By 11:00 Am Est, February 13th, 2025 All Responses Under This Ssn Must Be Emailed To Carmen.hanczyk@va.gov The Subject Line Must Specify 36c24925q0143. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. Sam: Interested Parties Shall Be Register In The System For Award Management (sam) As Prescribed In Federal Acquisition Regulation Clause 52.232-33. Sam Information Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling 1-866-606-8220. Disclaimer And Important Notes. This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response To This Ssn. 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 Pre-solicitation Synopsis And Solicitation Or Combined Solicitation May Be Published In Contract Opportunities (formerly Federal Business Opportunities Or Fbo). However, Responses To This Notice Shall Not Be Considered Adequate Responses To A Solicitation. Responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract Or Agreement. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation, Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. 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). See Brand Name Or Equal Worksheet ( Salient Characteristics ) On The Following Page. Brand Name Or Equal Worksheet ( Salient Characteristics ) Moreland Type "t" Osteotome White Delrin Handle 7mm, 13" 9mm, 13" Moreland Type Acetabular Punch White Delrin Handle Strike Plate 13" Moreland Type "x" Osteotome White Delrin Handle 7mm X 17" Moreland Type Cement Gouge White Delrin Handle Strike Plate 13" 14mm Cup Moreland Type "v" Osteotome White Delrin Handle 5mm, 13" 7mm X 13" With Strike Plate Moreland Type Cement Rongeur 10 3/4" Cement Fcp/rongeur Long Narrow Moreland Type Cup Extraction Chisel 12 1/2" Cvd 120*, 7mm Cvd 80*, 7mm Moreland Type Femoral/tibial Extractor White Delrin Handle 11mm X 7.75" Moreland Type Intercondylar Femoral Chisel White Delrin Handle 8mm 7 3/4" Moreland Type Thin Osteotome White Delrin Handle Strike Plate 8mm X 7.75" 12.5mm X 7.75" Moreland Type Flat Osteotome White Delrin Handle 10mm X 7.75" 20mm X 7.75" Moreland Type Pointed Osteotome White Delrin Handle Strike Plate 6mm X 7 75" Moreland Type Short V Osteotome White Delrin Handle 5mm X 7.75" 7mm X 7.75" Moreland Type Retrograde Cement Chisel In-line Strike Plate 13" Ss T-handle 5mm Ss T-handle 7mm Ss T-handle 10mm Moreland Sterilization Case All Instruments Require German Grade Stainless Steel. All Handles Are Required To Be Made Of Delrin, A High Heat Resistant, Non-porous Plastic. Wood Is Not Acceptable. All Instruments Must Be Rated Class 1 Devices.
Closing Date18 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: The Naval Sea System Command (navsea) 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 The Requirement For Accomplishment Of Ddg 51 Class Post Shakedown Availabilities (psas) For Four (4) Ddg 51 Class Ships At The Homeport Of Norfolk, Va. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 336611 Ship Building And Repairing.
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.
psas Are Intended To Accomplish Correction Of Government Responsible Trial Card Deficiencies; New Work Identified Between Ship Custody Transfer And The Start Of The Psa; And The Incorporation Of Approved Engineering Changes Which Were Not Incorporated During The Construction Period And Not Otherwise The Shipbuilder's Responsibility. Psas Can Vary In Scope And Complexity. 180,000 To 225,000 Man-hour Psas Are Common For Ddg, And Typically Include Additional Work Scope That Is Performed By Alteration Installation Teams (aits) And Other Outside Activities. The Psa Is Normally Accomplished Within A Period Of Approximately 16 Weeks, Depending On The Size Of The Psa Work Package.
the Contractor Is Expected To Provide For The Necessary Program Management In Order To Adequately Manage, Integrate, And Support The Entire Psa Work Scope, Including That Work Scope That Is Not The Responsibility Of The Contractor To Perform. In Support Of This, A Resource-loaded Integrated Master Schedule (ims) That Provides For Accomplishment Of The Total Availability Work Package, Including Ait And Other Outside Activity Installation Modifications Will Be Required.
the Contractor Will Be Expected To Provide Adequate Facilities For The Execution Of The Psa. The Executing Facility Should Have A Security Clearance Issued By The Defense Security Service At The Secret Level. Contractor Is To Provide Anti-terror/force Protection Measures Employed At The Contractor's Facilities In Accordance With Navsea Standard Item 009-72. The Contractor Is Required To Have The Capability To Dry Dock A Ddg-51 Class Ship And Sufficient Resources To Execute The Psa At The Contractor’s Facility. Warehouse/storage Facilities Are Required To Accommodate Material. Additionally, The Contractor Must Provide Indoor And Outdoor Production Facilities Capable Of Performing Marine Pre-fabrication, Repair, And Machining Onsite. Power, Compressed Air, Water, And Sewage Must Be Available And Operational For The Entirety Of The Psa Industrial Effort. Secure, Environmentally Controlled Facilities Should Be Available For Combat Systems And Electronics Equipment. The Contractor Shall Complete Work In A Manner Which Affords For Naval Supervisory Authority Certification Of The Psa.
per Opnavinst 4700.8k, Conducting The Psa At Or Near The Ship's Homeport Is Desirable To Minimize Impact On Crew Training And Quality Of Life. The Homeport Location Is Norfolk, Va.
if Your Organization Has The Potential Capacity To Perform The Above Described Efforts In Any Or All Of The Locations Listed Above, Please Provide The Following Information: 1) Organization Name, Address, E-mail Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; 2) Specific Points Of Contact For One Or More Company Individuals That Can Answer Follow-up Market Research Questions; And 3) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical And Industrial Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Efforts Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements; And 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Personnel And Risk Mitigation.
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition. In Accordance With Far 52.219-14, Should The Prospective Contract Be Competed As A Small Business Set Aside, The Prospective Offerors Would Be Required To Perform At Least 50% Of The Cost Of Manufacturing, To Include Industrial Work, Planning, Engineering, And Program Management. If You Are A Small Business, Include A Description Of Your Plan To Meet The Requirements Listed Above Within The Capability Statement Portion Of Your Submission. 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 Herein Described Efforts Are Invited To Submit A Response To This Sources Sought Notice By 1500 Eastern Standard Time On 02 Jan 2025. All Responses Under This Sources Sought Notification Must Be Submitted By Email To:
contracting Officer: Kurt Boyles, Kurt.r.boyles.civ@us.navy.mil
contract Specialist: Jocelyn Varela-martinez, Jocelyn.i.varela-martinez.civ@us.navy.mil
respondents Are Responsible For Properly Marking And Clearly Identifying Proprietary Information Or Trade Secrets Contained Within Their Response. The Government Will Not Be Liable For, Or Suffer Any Consequential Damages For Any Proprietary Information Not Properly Marked And Clearly Identified. Information Provided Shall Be Treated As Business Sensitive And Will Not Be Shared Outside Of Government Activities And Agencies Without The Permission Of The Provider.
please Choose One Of The Methods Below To Submit Your Response:
for Electronic File Sizes Over 5 Mb Upload And Submit Your Response To The Safe Access File Exchange (safe) Application (https://safe.apps.mil). Please Follow The Steps Below:
notify The Contract Specialist Of Your Intent To Submit A Response To The Source Sought; The Contract Specialist Will Initiate A Unique Upload Request For Your Response, Which Will Be Delivered Via An Email From Noreplyto@mail.mil (the Link Is Valid For 14 Days)
follow The Link Provided In The Email; The Url May Contain Https://no-click.mil/?, If So Remove That Segment And Insert The Remainder Into Your Web Browser’s Address Bar
click “cancel” When Prompted To Select An Authentication Certificate
if Your Response Contains Business Sensitive Information, Check The Box Next To “encrypt Every File (required For Fouo, Pii, And Phi)”
either Drag Your Response File(s) Into The Browser Window Or Individual Select Them By Clicking The Button Labeled “click To Add Files Or Drag Them Here”
enter A Description Next To The File(s)
click “drop-off Files”
for Electronic File Sizes Fewer Than 5 Mb Send By Email To The Pco And Cs.
notices Regarding This Sources Sought:
this Sources Sought Does Not Constitute A Request For Proposal And Is Not To Be Construed As A Commitment, Implied Or Otherwise, By The Government That A Procurement Action Will Be Issued.
no Telephone Inquiries Will Be Accepted And Requests For Solicitation Packages Will Not Be Honored, As No Solicitation Is Intended At This Time.
response To This Notice Is Not A Request To Be Added To A Bidders List Or To Receive A Copy Of A Solicitation.
the Government Does Not Intend To Award A Contract Solely On The Basis Of This Sources Sought.
no Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise As A Result Of The Submission Of The Requested Information.
no Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement And Any Follow Up Information Requests.
responses To This Sources Sought May Be Considered In The Future Determination Of An Appropriate Acquisition Strategy For The Program.
the Government May Not Respond To Any Specific Questions Or Comments Submitted In Response To This Sources Sought Or Information Provided As A Result Of This Request.
any Information Submitted By Respondents As A Result Of This Notice Is Strictly Voluntary.
notice Regarding Proprietary Information: All Submitted Materials Will Be Designated For Government Use Only. Third Party Support Contractors Providing Support To The Ddg Program May Have Access To The Submitted Material. These Contractors Have Executed Non-disclosure Agreements. Submission Of Material Requested In This Sources Sought Shall Constitute Consent To Allow Access To The Material/information By Any Relevant Third-party Support Contractor Supporting The Ddg Program. Submitted Material/information Will Be Safeguarded In Accordance With The Applicable Government Regulations.
Closing Date2 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
United States
Details: Page 3 Of 8 *= Required Field Page 1 Of 8 This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. This Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-06. This Solicitation Is Set-aside For 100% Veteran-owned Small Business (vosb). The Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34.0 Million. The Fsc/psc Is J065. The Va Greater Los Angeles Healthcare System (vaglahcs), West Los Angeles Medical Center (wla Vamc), 11301 Wilshire Blvd, Los Angeles, Ca 90073-1003, Is Seeking Qualified Contractors To Perform Preventative Maintenance Inspection (pmi) For Steris Sterilizing Equipment. All Interested Companies Shall Provide Quotations For The Following: Services The Contractor Shall Provide All Labor, Materials, Supplies, Tools, Equipment, Parts, Travel, And Qualified Personnel To Accomplish The Tasks Outlined In This Statement Of Work. Contractor Is Responsible For All Subcontractors Required To Complete Reports. All Work Shall Be Performed During Normal Hours Unless Otherwise Approved By The Cor Or His/her Designee. Line Item Description Price Price Explanation 0001 West Los Angeles Medical Center Adjustment, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/or Defective Parts As Necessary Or Required. 1 Yr 0002 Va Ambulatory Care Center-sepulveda Center Adjustment, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/or Defective Parts As Necessary Or Required. 1 Yr 1001 West Los Angeles Medical Center Adjustment, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/or Defective Parts As Necessary Or Required. 1 Yr 1002 Va Ambulatory Care Center-sepulveda Center Adjustment, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/or Defective Parts As Necessary Or Required. 1 Yr 2001 West Los Angeles Medical Center Adjustment, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/or Defective Parts As Necessary Or Required. 1 Yr 2002 Va Ambulatory Care Center-sepulveda Center Adjustment, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/or Defective Parts As Necessary Or Required. 1 Yr 3001 West Los Angeles Medical Center Adjustment, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/or Defective Parts As Necessary Or Required. 1 Yr 3002 Va Ambulatory Care Center-sepulveda Center Adjustment, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/or Defective Parts As Necessary Or Required. 1 Yr 4001 West Los Angeles Medical Center Adjustment, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/or Defective Parts As Necessary Or Required. 1 Yr 4002 Va Ambulatory Care Center-sepulveda Center Adjustment, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/or Defective Parts As Necessary Or Required. 1 Yr Place Of Performance/place Of Delivery Address: Greater Los Angeles Veterans Health Care System 11301 Wilshire Blvd Los Angeles, Ca Postal Code: 90073 Country: United States The Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. The Following Solicitation Provisions Apply To This Acquisition: Far 52.201-1, Acquisition 360: Voluntary Survey. (sept 2023) Far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services Addendum To Far 52.212-1 See Attached Document For Addendum. Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. The Following Contract Clauses Apply To This Acquisition: Far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (dec 2022) Addendum To Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services Applies To And Is Included With This Acquisition. Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (mar 2023) The Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(1), (4), (6), (8), (14), (16), (19), (21), (22), (26), (27), (29), (30), (31), (32), (33), (34), (35), (44), (51), (58), (c)(1), (3), (7), And (8). The Full Text Of Vaar Provisions Or Clauses May Be Accessed Electronically At Http://www.va.gov/oal/library/vaar/index.asp Vaar 852.233-70, Protest Content/alternative Dispute Resolution Vaar 852.233-71, Alternate Protest Procedure Vaar 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) The Following Contract Clauses Apply To This Acquisition: Far 52.228-5, Insurance-work On A Government Installation (jan 1997) Far 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation (apr 1984) Vaar 852.201-70, Contracting Officer S Representative (dec 2022) Vaar 852.219-73, Va Notice To Total Set-aside For Certified Service-disabled Veteran Owned Small Businesses (jan 2023) Vaar 852.237-75, Key Personnel (oct 2019) All Invoices From The Contractor Shall Be Submitted Electronically In Accordance With Vaar Clause 852.232-72 Electronic Submission Of Payment Requests. This Is Accomplished Through The Tungsten Network Located At: Http://www.fsc.va.gov/einvoice.asp This Is Mandatory And The Sole Method For Submitting Invoices. All Quoters Shall Submit The Following: As Described In Far 52.212-1 Addendum. All Quotes Shall Be Sent To The Network Contracting Office (nco) 22 Contract Specialist (contractor), Steve Crayton At Steven.crayton@va.gov. Award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. This Contract/purchase Order Will Not Be Longer Than Ninety (90) Days. Contractor S Pricing Should Reflect This. The Following Are The Decision Factors: Price And Past Performance. The Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms, Conditions. To Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." Or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. Submission Of Your Response Shall Be Received Not Later Than January 17, 2025, 13:00 Central Time At Steven.crayton@va.gov Only. Subject Line Shall Include Response To Rfq 36c26225q0341 For Consideration. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. Point Of Contact Contract Specialist (contractor) Steve Crayton Steven.crayton@va.gov
Closing Date23 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: Project Title: Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland.
solicitation Number: W912dr25ra009
this Is A Sources Sought Notice Only. This Is Not A Request For Proposals, Quotations Or Bids. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time.
the U.s. Army Corps Of Engineers (usace), Baltimore District, Requests Letters Of Interest From Qualified Small And Other Than Small Business Construction Contractors Interested In Performing Work On The Potential Construction Of The Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland.
by Way Of This Market Survey/sources Sought Notice, The Usace Baltimore District Intends To Determine The Extent Of Capable Firms That Are Engaged In Providing The Services Described Hereunder. Responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. Therefore, The Type Of Set-aside Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Notice.
responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract. It Is The Responsibility Of The Interested Parties To Monitor This Site For Additional Information Pertaining To This Notice.
note: There Will Be A Pla Requirement For This Project.
project Description:
the U.s. Army Corps Of Engineers, Baltimore District (nab), Has Been Tasked To Solicit For And Award Construction Services For The Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland. The Proposed Project Will Be A Competitive, Firm-fixed-price (ffp), Design-bid-build (dbb) Contract Procured In Accordance With Far 15, Contracting By Negotiations, Under A Lowest Price Technically Acceptable (lpta) Process.
the Project Will Consist Of A Design Bid Build (dbb) New Construction Of A 113,800 Square Foot Slab On Grade Test Maintenance Fabrication Facility (tmff) At Aberdeen Proving Ground (apg). The Tmff Includes Secure Areas (no Scif), Tool Crib, Material Storage Area With Overhead Cranes, Administrative Areas, Conference Area, Technical Publication Reference Area, Restroom Facilities, And Employee Break And Locker Rooms. Supporting Facility Elements Include All Pertinent Utilities, Employee Parking Area, Fenced Secure Vehicle Parking Area, Concrete Hardstand, Walks, Curbs And Gutters, Storm Drainage, Storm Water Management, Landscape Plantings, Fencing And Signage As Well As Utilizing Structural Soil Stabilization Practices (i.e. Soil Cement Technologies). Access For Persons With Disabilities Will Be Provided In The Administrative And Common Areas Only. Heat And Air Conditioning Will Be Self-contained Systems. The Project Will Also Include The Identification And Relocation Of An Existing Ductbank Which Traverses The Proposed Site, And The Demolition And Disposal Of An Existing 10,556 Square Foot Building And Associated Above Ground 2,000-gallon Fuel Storage Tank. No Hazmat Concerns Have Been Identified For The Building To Be Demolished. Force Protection Measures Include The Use Of Standoff Distances And Security Fencing. Design And Construction Will Comply With, And Include, Where Feasible, Components For Sustainable Design & Development (sdd), Low Impact Development (lid), Renewable Energy, Net-zero Water, And Leed. The Facility Will Be Designed To A Minimum Life Of 40 Years In Accordance With Dod's Unified Facilities Criteria (ufc 1-200-02) Including Energy Efficiencies, Building Envelope And Integrated Building Systems Performance.
the Purpose Of This Notice Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business (sb), Section 8(a), Historically Underutilized Business Zones (hubzones), Small Disadvantaged Business (sdb), Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), And Women-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Within Any Given Socioeconomic Category Of Responsible Contractors. Large Businesses Are Not Prohibited From Submitting A Response To This Notice; However, Sb, Section 8(a), Hubzone, Sdvosb, Sdb, Vosb, And Wosb Are Highly Encouraged To Participate.
in Accordance With Dfar 236.204 – Disclosure Of The Magnitude Of Construction Projects, The Magnitude Of This Project Between $25m And $100m. The North American Industry Classification System (naics) Code For This Procurement Is 236220 – “commercial And Institutional Building Construction”, Which Has A Small Business Size Standard Of $45,000,000.
prior Government Contract Work Is Not Required For Submitting A Response To This Sources Sought Notice.
responders Should Address All The Following In Their Submittal:
1. Firm's Name, Address, Point Of Contact, Phone Number, E-mail Address, Cage Code And Uei Number.
2. Indicate If Your Company Is Currently Registered With The Systems For Award Management (sam) Database. If Not, Indicate If It Has Been Registered Or Does It Plan To Register.
3.in Consideration Of Naics Code 236220, With A Small Business Size Standard In Dollars Of $45m, Indicate Your Firm’s Business Classified (size): Large Business, Small Business, Veteran Owned Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-owned Small Business, Hubzone Small Business, Or 8(a) Business.
4.indicate If Your Company Is Currently Prohibited From Doing Business With The Federal Government. Yes/no. (if Yes, Explain).
5.provide A Letter From The Surety Regarding The Bonding Capability For A Single Contract Action And Aggregate Both Expressed In Dollars.
6.indicate If Your Company Is Interested In Performing As A Prime Or Subcontract For The Above Project.
7.provide Three (3) Example Projects Similar To The Requirements Described Above Completed Within The Past Seven (7) Years. Include Point Of Contact Information For The Examples Provided As Past Performance On Indicated Projects May Be Verified. Contractors With Unsatisfactory Past Performance May Not Be Considered Capable Of Successfully Performing This Type Of Work.
8.responders Should Have Experience In The Areas Listed Below And Provide Narratives Identifying That Specific Experience:
capability Statements Should Include Information And Details Of A Minimum Of Three (3) Projects With Similar Scope Of Work And Magnitude Of Construction Within The Past Seven (7) Years. One (1) Project Must Be 100% Completed, While The Remaining Two (2) Must Be 75% Completed. These Projects Must Be Of Relevant Scope And Have Either A Minimum Project Size Of 50,000 Building Gross Square Foot (bgsf) Or Demonstrate A Minimum Completion Value Of $50,000,000.00.
successful Experience With Leed Silver Construction And Environmental Low Impact Development.
successful Experience With Building Information Management (bim) Technology.
independent Full-time, Dedicated, Self-performing (prime Contractor) Safety Staff.
us Citizens (should Include Naturalized Citizens/legal Citizen).
total Submittal Shall Be No Longer Than Fifteen (15) Pages In One (1).pdf File Double-sided Pages Will Count As Two (2) Separate Pages.
comments Will Be Shared With The Government And The Project Design Team, But Otherwise Will Be Held In Strict Confidence.
submission Instructions:
this Notice Is Not A Request For Proposal, Quote Or Bid. It Is A Market Research Tool Being Utilized To Determine The Availability Of Potential Qualified Contractors Before Determining The Method Of Acquisition. In Addition, This Sources Sought Is Not To Be Considered As A Commitment By The Government, Nor Will The Government Pay For Any Information Solicited Or Delivered.
interested Parties Who Consider Themselves Qualified To Perform The Above-listed Requirement Are Invited To Submit A Response To This Sources Sought Notice Nlt 11:00 Am Eastern Standard Time (est) 29 January 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Amber.l.rose@usace.army.mil And Tamara.c.bonomolo@usace.army.mil Referencing The Sources Sought Notice Number W912dr25r13mf
telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. If You Have Any Questions Concerning This Opportunity, Please Contact: Amber Rose Via Email; Amber.l.rose@usace.army.mil.
Closing Date29 Jan 2025
Tender AmountRefer Documents
The village of Vilémov Tender
Electronics Equipment...+1Electrical and Electronics
Czech Republic
Details: The Subject of the Service Is the Preparation of Project Documentation at the Dur/dsp Level in Printed and Electronic Form: Survey of the Current Condition, Study/Design, Project Documentation at the Dur+dsp Level, Engineering Activities, Statement of Measurements/Budget. The Place of Implementation Is the Municipal Office Building in Vilémov on Parcel No. 1 in the Cadastral Register: Vilémov (781894). It Is a Cultural Monument with the Register No. Úskp 4465/5-847 – a Burgher House, Which Is Protected as a Monument.
Closing Date21 Feb 2025
Tender AmountRefer Documents
FEDERAL AVIATION ADMINISTRATION USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: Amendment 0005 - The Purpose Of This Amendment Is To Incorporate The Updated Sow Which Includes The Following Statement:
Work Must Be Performed By Or Under The Supervision Of A Technician Holding A Current Nicet Certificate Of Level Iii Or Higher In Fire Alarm Systems. Non-certified Personnel May Perform Work Under The Supervision And Signature Certification Of The Primary Nicet Certified Technician Holding The Appropriate Qualification.
there Will Be No Changes To The Terms And/or Conditions As A Result Of This Amendment.
amendment 0004 - The Purpose Of This Amendment Is To Add The Following Verbiage To Section H:
Faa Shall Comply With All Presidential Directives. If Any Clause, Provision, Term, Or Condition In This Sir Or Contract Is Inconsistent With Any Executive Order Or Presidential Memoranda Issued On Or After January 20, 2025, Or Implementing Guidance Thereof, Faa Will Take Action It Deems Appropriate And As Permitted By Law To Correct Any Such Inconsistency To Include Finding A Provision Or Clause Invalid. Applicable Executive Orders Include, But Are Not Limited To:
•executive Order 14148 Of January 20, 2025, Initial Recissions Of Harmful Executive Orders And Actions.
•executive Order 14151 Of January 20, 2025, Ending Radical And Wasteful Government Dei Programs And Preferencing.
•executive Order 14154 Of January 20, 2025, Unleashing American Energy.
•executive Order 14168 Of January 20, 2025, Defending Women From Gender Ideology Extremism And Restoring Biological Truth To The Federal Government
•executive Order 14173 Of January 21, 2025, Ending Illegal Discrimination And Restoring Merit-based Opportunity.
this Amendment Will Also Remove The Following Ams Clauses From The Solicitation:
3.6.2-5 Certification Of Nonsegregated Facilities
3.6.2-6 Previous Contracts And Compliance Reports
3.6.2-8 Affirmative Action Compliance
3.6.2-9 Equal Opportunity
3.6.2-35 Prevention Of Sexual Harassment
3.6.3-8 Alternatives To Products Containing Ozone Depleting Substances And High Global Warming Potential Hydrofluorocarbons
3.6.3-23 Delivery Of Electronic And Paper Documents
finally, This Amendment Will Extend The Proposal Due Date To No Later Than 2:00 Pm Ct On Tuesday, February 18, 2025.
amendment 0003 - The Purpose Of This Amendment Is To Incorporate The Site Visit Sign-in Sheets And The Questions And Answers Document To This Amendment. The Drawings And Previous Inspection/testing Reports Received From Each Of The Locations Included On This Solicitation Will Be Posted Separately On Sam.gov With This Amendment Due To The Size Of Each Document. There Will Be No Changes To The Terms And/or Conditions As A Result Of This Amendment.
amendment 0002 - The Purpose Of This Amendment Is To Correct The Contract Line (clins) Descriptions To Remove The 5-year Services From The Option Years. Pricing Must Be Submitted Utilizing These Updated Clins. Due To The Large Number Of Questions Received, This Amendment Extends The Milestone Dates As Follows:
answers Out – 2/4/25 By 2:00 Pm Ct
proposals Due – 2/13/25 By 2:00 Pm Ct
there Will Be No Other Changes As A Result Of This Amendment.
amendment 0001 Is Issued To This Solicitation To Update The Milestone Dates Due To The Executive Order Issued By President Biden Declaring Thursday, January 9, 2025 A National Day Of Mourning For President Carter. The Site Visits At Den And D01 Will Continue As Scheduled But The Site Visit Scheduled For Bjc Will Move To 2:00 Pm Local Time On Thursday, January 16, 2025. This Will Shift The Other Milestone Dates As Follows:
site Visits – 1/9/25: 9:00 Am Local Time D01 And Den Atct Immediately Following,
1/16/25: 2:00 Pm Local Time Bjc Atct
questions Due – 1/23/25 By 12:00 Noon Ct
answers Out – 1/29/25 By 2:00 Pm Ct
proposals Due – 2/6/25 By 2:00 Pm Ct
there Will Be No Other Changes As A Result Of This Amendment.
this Solicitation (sir) Is For Fire Life Safety Maintenance And Testing At The Denver Air Traffic Control Tower (atct) And Base Building (bb) (den), Denver Tracon (d01), And Rocky Mountain Metropolitan Airport Air Traffic Control Tower (atct) And Base Building (bb) (bjc) To Be Completed As Required In The Performance Work Statement (pws) That Is Located As Attachment J-1 Of The Attached Solicitation 697dck-25-r-00096.
this Acquisition Is Set Aside For Service Disabled Veteran Owned Small Business (sdvsob). The Principal North American Industry Classification System (naics) Code Applicable To This Effort Is 561621 – Security Systems Services (except Locksmiths).
the Resulting Award Will Be Firm-fixed Price Contract.
a Site Visit Will Be Held On Thursday, January 9, 2025 At 9:00 Am Local Time Starting At The Denver Tracon (d01) And Then Traveling Over To The Denver Air Traffic Control Tower (den). Another Site Visit Will Be Held Thursday, January 16, 2025 At 2:00 Pm Local Time At The Rocky Mountain Metropolitan Airport Air Traffic Control Tower (bjc). Please Email Me With The Names Of Those Attending And The Name Of The Company They Are Representing No Later Than Tuesday, January 7, 2025 By 4:00 Pm Central Time. Each Company Will Be Limited To Two (2) Total Attendees. The Addresses To Each Of The Locations Are As Follows:
denver Tracon (d01), 26705 East 68th Ave, Denver, Co 80249
denver International Atct (den) – C Terminal, 8500 Pena Blvd, Denver, Co 80249
rocky Mountain Metropolitan Atct (bjc), 11001 Control Tower Drive, Westminster, Co 80021
please Document All Your Questions While At The Site Visit And Submit Them To Jennifer J Davis (jennifer.j.davis@faa.gov) Via Email By The Date And Time As Directed Below. Questions Will Not Be Answered During The Site Visit.
questions Or Comments Pertaining To This Sir Must Be Submitted In Written Form Via Email To Jennifer J Davis, Contracting Officer, At Jennifer.j.davis@faa.gov No Later Than 12 Noon Central Time On Thursday, January 23, 2025. Questions And Responses That Clarify The Sir May Be Provided To All Offerors; If This Information Is Provided To All Offerors, The Source Of The Questions Will Not Be Identified. Responses To All Questions And Any Necessary Amendments Made To The Sir Will Be Made By 2:00 Pm Central Time On Tuesday, February 4, 2025.
all Responses Must Reference The Solicitation Number (697dck-25-r-00096) And Be Submitted To The Following Email Address: Jennifer.j.davis@faa.gov.
sa18 Proposal Content
submission Of Offer. An Offeror Must Submit An Offer Which Includes All The Following Documents.any Missing Or Insufficient Items Will Result In A “non-responsive” Determination Of The Entire Offer.
[ ] Cover Letter Stating That No Exceptions Are Taken To Any Specification Requirements Or Contract Terms And Condition, Or Include A Detailed Summary Of All Exceptions Taken.
[ ] Signed Solicitation, Offer, And Award Form (all Amendments Issued).
[ ] All Of The Following Sections From The Solicitation Must Be Filled Out And Submitted:
section B: Supplies/services & Price/cost Thru Section K: Representations, Certifications, And Other Statements (note: Ensure Offeror Completes Section I, Clause 3.6.3-3 Hazardous Material Identification And Material Safety Data).
the Faa Does Not Follow The Far Therefore A Submission Of A Sam.gov Far Clause Report Does Not Meet This Requirement.all Ams Clauses In This Solicitation Must Be Completed.
[ ] A Technical Proposal Demonstrating How All The Required Services In The Statement Of Work Will Be Completed And A Demonstration Of Key Personnel As Required That Will Manage This Contract.
[ ] A Certificate Of Liability From Your Insurance Company That Shows You Can Meet The Requirements Identified In In Section I, Ams Clause 3.4.1-10 Insurance - Work On A Government Installation (oct 2020).
[ ] No Less Than Three (3) Past Performance References Of Similar Work (e.g. Must Be The Same Type Of Services Of A Similar Size And Scope) To The Requirements In This Sir.
[ ] No Less Than Three (3) Fully Completed Customer Satisfaction Surveys (css) Must Be Submitted By A Third Party Prior To The Proposal Due Date To Meet The Customer Experience Factor.the Css Attached In Section J, Attachment Number J-2 Is Required To Be Used For The Customer Experience Submittals.
sa56 Evaluation Factors For Award - Services
the Government Will Make Award To The Contractor Offering The Lowest Priced, Technically Acceptable Offer. The Government Will Make Award To The Responsible Offeror Whose Proposal Conforms To The Solicitation Terms And Conditions.
in Accordance With Ams Policy Section 3.2.2.3.1.2.2, Communications With Offerors, The Purpose Of Communications Is To Ensure Mutual Understanding Between The Faa And Offerors About All Aspects Of The Procurement, Including The Offerors' Submittals/proposals. Communications With Offerors May Take Place Throughout The Source Selection Process, Through Contract Award, And Following Award As Necessary.offeror Responses To Communication Items May Be Considered In The Evaluation Of An Offeror’s Proposal.where Communications Do Not Result In Any Changes In The Government’s Requirements Or Sir, The Government Is Not Required To Request Or Accept Offeror Revisions.
the Government May Hold One-on-one Meetings With Individual Offerors As It Pertains To Their Offers. One-on-one Communications May Continue Throughout The Process At The Government’s Discretion. Communications With One Offeror Do Not Necessitate Communications With All Other Offerors. All Communications Between The Government And Offerors Must Be Through The Co Or Individuals Designated By The Co In Writing. Offerors Must Submit Written Communications To The Co.the Faa Also Reserves The Right To Award A Contract Immediately Following The Conclusion Of Evaluations And Is Not Required To Conduct Discussions Or Negotiations With The Successful Offeror Or Any Other Offeror.
proposals Shall Be Evaluated As Either 'acceptable' Or Unacceptable’ On The Basis Of The Following Criteria:
a. Past Performance
provide A List Of No Less Than Three (3) Successful Contracts That Provided Services Of Similar Scope And Complexity As Described In The Statement Of Work In This Solicitation Within The Past Five (5) Years. Be Specific And Provide Details. For Each Project Address The Following Points:
a) Project Title, Description, And Contract Number
b) Client Names, Phone Numbers, And Contact Person
c) Dollar Value
d) Scope Of Work In Detail
e) Percentages Of Work Subcontracted And Nature Of That Work
f) Award And Completion Dates
g) Any Contractual Issues Or Technical Matters Disputed, And Resolution Thereof
h) Any Claims And Resolution Thereof (i.e., Nature, Number Dollar Value)
i) Any Relevant Information That Would Reflect On The Offeror’s Ability To Meet Schedule Constraints
standard For Review: An Acceptable Proposal Must Demonstrate At Least Three (3) Successful Relevant Projects In The Past Five (5) Years Similar To The Current Requirement.if Any Of The Information Required Is Not Included, The Offeror Will Be Considered Non-responsive And Evaluated As Unacceptable.if The Contractor Does Not Have An Applicable Performance History, Then Within The Cover Letter The Contractor Must Indicate The Reason For Such Absence Of Past Performance History And Provide A Proposed Project Management Plan To Ensure The Quality Of The Services To Be Performed. Failure To Demonstrate The Minimally Acceptable Standards Under This Factor Will Result In An "unacceptable" Rating And Possible Elimination From Further Consideration For Contract Award.the Faa Reserves The Right To Contact The Customers Listed As References, And To Apply That Information In Its Final Determination.
b. Customer Experience
an Offeror Is Required To Have At Least Three (3) Customer Satisfaction Surveys (css) From Third Party References Completed And Submitted Directly To Jennifer J Davis At Jennifer.j.davis@faa.gov. The Css Is Attached To The Solicitation Announcement As Attachment J-2 And Is Required To Be Used For The Customer Experience Submittals.
standard For Review: At Least Three (3) Css Must Be Received From Third Party References Before The Solicitation Deadline With An Average Rating Of Good Or Higher. The Faa Reserves The Right To Contact Customers Listed As References And Conduct A Css In The Event There Is Insufficient Competition Due To The Lack Of Surveys Received. Any Negative Customer Review May Deem The Proposal Unacceptable And Will Be Rejected From Further Consideration.keep In Mind That The Faa May Use Information Other Than That Provided By The Contractor In Connection With This Solicitation And Apply That Information In Its Final Determination.
consideration Of Price: The Offeror Must Submit Pricing Information As Prescribed In Part I – Section B Of The Request For Offers. The Government Will Make Award Based On Successful Negotiation Of Price And Conformance With Solicitation Terms And Conditions To The Lowest Priced, Technically Acceptable Offer. Pricing Is Required For The Base And Each Option Year For Each Service. If Full Pricing Is Not Received, The Proposal Will Be Deemed Unacceptable.
the Faa Will Evaluate Proposals For Reasonableness In Accordance With Ams Policy Section 3.2.3.2 And Ams Procurement Guidance Section T3.2.3. A Price Is Reasonable If, In Its Nature And Amount, It Does Not Exceed That Which Would Be Incurred By A Prudent Person In The Conduct Of Competitive Business. When Determining Price Reasonableness, The Government Reserves The Right To Compare The Offeror’s Proposed Prices To The Independent Government Cost Estimate (igce), To Published Catalog Or Market Prices, To Prior Prices Paid For The Same Or Similar Items And Services, Or As Compared To Any Other Sources. The Faa Reserves The Right To Perform Price Realism And/or Cost Realism In Accordance With Ams T.3.2.3(a)(1). The Faa Reserves The Right To Conduct Cost Analysis If Necessary To Ensure A Fair And Reasonable Price And To Support The Price Realism And/or Cost Realism Analysis. The Faa, At Its Sole Discretion, May Require Additional Information To Conduct Cost And Price Analysis Or Reject Proposals Lacking Completeness Or Consistency.
(end Of Provision)
contractors Must Be Registered With The System For Award Management, Www.sam.gov On The Date Established For Receipt Of Offers (february 18, 2025). Reference Ams Clause 3.3.1-33, Paragraph (d), “if The Offeror Does Not Become Registered In The Sam Database In The Time Prescribed By The Contracting Officer, The Contracting Officer May Proceed To Award To The Next Otherwise Successful Registered Offeror.”
during The Solicitation, All Communications Will Be Conducted Only With Jennifer J Davis, Contract Specialist, Via Email (jennifer.j.davis@faa.gov). No Phone Calls Will Be Accepted.
milestones
sir Out – 12/12/24
site Visit Attendee List Due – 1/7/25 By 4:00 Pm Ct
site Visits – 1/9/25: 9:00 Am Local Time D01 And Den Atct Immediately Following,
1/16/25: 2:00 Pm Local Time Bjc Atct
questions Due – 1/23/25 By 12:00 Noon Ct
answers Out – 2/4/25 By 2:00 Pm Ct
proposals Due – 2/18/25 By 2:00 Pm Ct
all Submissions Must Be Received No Later Than 2:00 Pm Central Time On Tuesday, February 18, 2025. Offerors Assume Full Responsibility Of Ensuring That Proposals Are Received At The Place And By The Date And Time Specified Above. Late Submittal Of Proposals Will Not Be Accepted.
the Government Will Not Be Liable For Costs Associated With The Preparation And Submittal Of Inquiries Or Responses To This Announcement And Will Not Reimburse Any Firm For Costs Incurred In Responding To This Sir. Responses Will Not Be Returned.
Closing Date18 Feb 2025
Tender AmountRefer Documents
City Of Silver Tender
Others
Czech Republic
Details: The Subject of the Public Contract is the Completion of the Restoration of the Interior of the Church of St. Peter in Stříbro (in the Previous Stage in 2023, Work Was Completed on the Ceiling and Porch), Now the Restoration of the Plaster with Murals, Stone Elements and Brick Floors Will Begin. The Church Is Located at Plot No. St. 227/1 in the Land Registry Office of Stříbro, Which Is an Immovable Cultural Monument Registered in the Registry Office of the Czech Republic Under the Register Number 37746/4-1928. The Subject of the Public Contract Is Precisely Specified in the Contract for the Work (Annex No. 1 to the Tender Documentation), the Restoration Survey and the Plan for the Restoration of the Stone Elements, Porch, Ceiling and Floor in the Interior of the Church of St. Petra Ve Stříbře, Restoration Survey And Plan For The Restoration Of The Mural Paintings And Plaster In The Interior Of The Church Of St. Peter In Stříbře, Binding Opinion Issued By The City Of Stříbro, Department Of Construction And Spatial Planning On 07.07.2021 And List Of Works, All Prepared By Terrigena Art Sro Company No. 29105293 (Annex No. 2 To The Tender Documentation).
Closing Date4 Feb 2025
Tender AmountRefer Documents
COURT OF TAX APPEALS Tender
Housekeeping Services
Corrigendum : Closing Date Modified
Philippines
Details: Description Scope Of Work A. Extermination And Control Of Crawling Insects 1. Inspection 1.1. Inspect Indoors For Areas Prone To Cockroach/crawling Insects’ Infestation And Harborages Including Cupboards, Floor Drains, Cracks And Crevices. Outdoor Inspection Shall Cover The Whole Cta Premises (refer To Terms Of Reference, Item I) Including But Not Limited To The Drainage System, Parking Lots And Flagpole Area To Check The Presence Of Cockroaches Including American Cockroaches. Recognize The Possibility Of Re-infestation Of Crawling Insects From Adjacent Premises Or From Vegetation Especially Ants. Twice A Month Every 1st And 3rd Saturday Of The Month Or Any Pre-approved Date. 1.2. Monitor All Kinds Of Cockroach Infestation By Gathering All Reported Sightings Or Complaints From Every Unit And Common Areas In Addition To Service Technicians’ Observation. Twice A Month Every 1st And 3rd Saturday Of The Month Or Any Pre-approved Date. 2. Residual Insecticidal Spraying 2.1. Intensified Residual Spraying In Areas Where Insects Congregate, Crawl, And Hide Or Through Cracks And Crevices Which They May Enter. (safe And Appropriate Chemicals Shall Be Used To Flush The Cockroaches Out And Determine Their Exact Locations And Harborages) Twice A Month Every 1st And 3rd Saturday Of The Month Starting At 1:00p.m. Until 5:00 P.m. Or Any Pre-approved Date. 2.2. Regular Spraying On Crevices In The Bathrooms, Equipment Areas, Pantries And Storage Areas Which Are Ideal Hiding Places Of Cockroaches/crawling Insects. (safe And Appropriate Chemicals Shall Be Used To Flush The Cockroaches Out And Determine Their Exact Locations And Harborages) Twice A Month Every 1st And 3rd Saturday Of The Month Starting At 1:00p.m. Until 5:00 P.m. Or Any Pre-approved Date. B. Extermination And Control Of Flying Insects 1. Inspection Thorough Inspection Of The Whole Cta Premises (refer To Terms Of Reference, Item I) To Determine The Degree Of Infestation, Entry Points, Living And Breeding Sites Of Mosquitoes And Other Flying Insects. Twice A Month Every 1st And 3rd Saturday Of The Month Or Any Pre-approved Date. 2. Misting/fogging Fogging Or Misting Operation Shall Be Done Using Non-toxic Parathyroid Chemicals For The Control Of Flies, Mosquitoes, And Other Flying Insects Both Inside And Outside Of The Buildings. (misting Machine Shall Be Used Inside The Premises Should It Become Necessary. This Machine Disperses Minute Droplets Of Insecticide Solution With Aerosol Range To Attain Optimum Penetration Of Inaccessible Areas To Control Mosquitoes And Other Flying Insects.) Twice A Month Every 1st And 3rd Saturday Of The Month Starting At 1:00p.m. Until 5:00 P.m. Or Any Pre-approved Date. 3. Larviciding Apply Larvicide Upon Breeding Habitats Like Stagnant Water Before They Mature Into Adult Form And Disperse. Twice A Month Every 1st And 3rd Saturday Of The Month Starting At 1:00p.m. Until 5:00 P.m Or Any Pre-approved Date. C. Rodent Eradication And Control 1. Inspection 1.1. Conduct Regular Inspection In All Potential Harborages (refer To Terms Of Reference, Item I) Of Rodents Such As Pipe Chase, Behind Appliances And Point Of Entries. Regular Inspections Of All Bait Trays And Bait Stations. Twice A Month Every 1st And 3rd Saturday Of The Month Or Any Pre-approved Date. 1.2. Regular Checking Of The Outside Perimeter Of The Buildings For Possible Rat Harborages, Such As Sewage Drains, Refused Food Storage, Construction Materials And The Like. Twice A Month Every 1st And 3rd Saturday Of The Month Or Any Pre-approved Date. 2. Baiting 2.1. Permanent Bait Station Shall Be Installed At Hidden Places And At Strategic Locations Where Rodents Look For Food, Roam Around And Congregate. Pipe Bait Station Shall Be Installed Along The Outside Perimeter Of The Buildings To Anticipate And Prevent Rodent Problems. Twice A Month Every 1st And 3rd Saturday Of The Month Starting At 1:00p.m. Until 5:00 P.m. Or Any Pre-approved Date. 2.2. Application Of Anti-coagulant Rodenticide Baits, Rat Glue Traps, Rat Traps And Other Effective Baiting Devices Shall Be Put In Place For The Eradication And Control Of Rodents. Twice A Month Every 1st And 3rd Saturday Of The Month Starting At 1:00p.m. Until 5:00 P.m. Or Any Pre-approved Date. 2.3. The Search For Carcass And Their Proper Disposal Shall Be Made Immediately. Anytime For Search And Disposal Of Carcasses, In Coordination With Cta Authorized Representative The Search For Carcass Shall Be Made Within Twenty-four (24) Hours After The Report Or Complaint Of Possible Carcass Is Received Thru Communication. D. Comprehensive Termite Control And Treatment 1. Survey, Inspection And Monitoring General Survey And Thorough Inspection Of The Whole Cta Premises To Determine The Location Of Any Subterranean Termite Infestation. Once A Month Every 1st Saturday Of The Month Or Any Pre-approved Date. 2. Termite Baiting System 2.1. Installation Of In-ground Termite Bait Stations In Appropriate And Strategic Locations. Once A Month Every 1st Saturday Of The Month Starting At 1:00p.m. Until 5:00 P.m. Or Any Pre-approved Date. 2.2. Installation Of Above Ground Stations For Presence Of Live Termites, If Any. Once A Month Every 1st Saturday Of The Month Starting At 1:00p.m. Until 5:00 P.m. Or Any Pre-approved Date. 2.3. Addition Of Termite Baits At The In-ground And Other Necessary Areas To Be Monitored Throughout The Duration Of The Contract. Once A Month Every 1st Saturday Of The Month Starting At 1:00p.m. Until 5:00 P.m. Or Any Pre-approved Date. 3. Wood Drenching Application Of Termiticide Solution With Surfactant (substance Which Increases The Wetting Property, Penetration And Distribution Of The Termiticide Solution) On The Wooden Parts Of The Court Structure/fixture Including Baseboards, Door Casings, Wooden Cabinets, Among Others, Using Sprayer/injector And Power Sprayer. This Shall Serve As Curative And Preventive Measure To Control Termites Thereby Prolonging The Wooden Material’s Life Strength Once A Month Every 1st Saturday Of The Month Starting At 1:00p.m. Until 5:00 P.m. Or Any Pre-approved Date. 4. Mound Demolition And Soil Treatment 4.1. Termite Mounds Which Are The Homes Of Subterranean Termites Where Their Queens Live And Lay Eggs Should Be Searched, Destroyed, And Thoroughly Treated. Once A Month Every 1st Saturday Of The Month Or Any Pre-approved Date. 4.2. Soil Treatment By Cordoning, Trenching, Or Injection Method To Prevent Subterranean Termites From Damaging Buildings And Structures. Once Spot Treatment, As The Need Arises Terms Of Reference I. Areas To Be Subject To General Pest Control Services And Termite Management A) The Following Are The Areas To Be Covered By The General Pest Control And Termite Management Services: Location Covered Floor Area Number Of Storey Cta Building, I 2,600 Sq.m. 5 Cta Building, Ii 4800 Sq.m. 5 Judicial Records Building 450 Sq. M. 2 Power And Pump Room I 52 Sq.m. - Power And Pump Room Ii 54 Sq. M. - Container Van 30 Sq. M. - Covered Path Walks And Driveway 541 Sq.m - Cta Grounds 7,103 Sq.m. - Barracks 12.4 Sq.m. - B) The Service Provider Must Secure Prior Permission/approval From The Office Of The Administrative And Finance Services (oafs), Through The General Services Division (gsd) Before Conducting The General Pest Control And Termite Management Service In The Abovementioned Covered Areas And Before Gaining Access To The Construction Area, Should It Be Necessary. Ii. Chemicals Specification, Equipment And Manpower A) The Service Provider Must Provide A List Of Chemicals To Be Used For General Pest Control, Rodent Control And Termite Control. The Service Provider Must Provide A List Of At Least Three Valid And Approved Fda Chemicals To Be Used For The General Pest Control Which Must Be Used Interchangeably Every Three Months. The Following Are Preferred Chemicals To Be Used For General Pest Control, Namely: Beta-cyfluthrin, Lambda-cyhalothrin, And Bifenthrin. The Service Provider May Use Other Fda Approved Chemicals Provided That It Is Safe And Effective. For Baits, Glue Traps And Glue Boards For Rodents, The Service Provider Must Also Provide A List Of Valid And Approved Fda Chemicals To Be Used To Eradicate Rodents. The Following Are The Preferred Chemicals To Be Used Flocoumafen And Branded Rat Glue, Glue Traps, Glue Boards, And Other Rodent Baiting Devices. The Service Provider May Use Other Fda Approved Chemicals And Other Rodent Baiting Devices To Eradicate Rodents Provided That It Is Safe And Effective. The Service Provider Shall Provide Rat Cage Traps In Appropriate Sizes And Ensure That Other Rodent Baiting Devices Are Installed In Strategic Locations Within The Cta Premises. The Service Provider Are Responsible For The Maintenance And Monitoring Of The Rat Cage Traps And Other Rat Baiting Devices And Shall Ensure That Sufficient Numbers Of Traps Are Located In Strategic Area. This Also Includes Inspecting The Installed Rodent Glue Boards And Traps And Disposing Of Rats Caught In The Same. The Service Provider Shall Coordinate With The Chief Judicial Staff Officer Of The General Services Division As To The Number Of Traps To Be Placed In The Cta Premises And Shall Immediately Provide Assistance To The General Services Division Should There Be A Need To Increase The Number Of Cage Traps. For Termite Baits, The Service Provider Must Also Provide A List Of Valid And Approved Fda Chemicals To Be Used. The Preferred Chemical To Be Used To Eradicate Termite Is Chlorfluazuron. The Service Provider May Provide Other Fda Approved Chemicals To Exterminate Termites Provided That It Is Safe And Effective. B) The Chemicals To Be Used Shall Be Duly Approved And Bear A Certificate Of Product Registration (cpr) Issued By The Food And Drug Administration (fda) Together With Its Material Safety Data Sheet (msds). C) Chemicals Shall Be Used Interchangeably Every Three Months To Prevent The Development Of Resistance Or Immunity Of The Insects To These Chemicals. Necessary Tools, Equipment And Supervision Shall Be Provided By The Service Provider In The Pest Control Work. D) All Insecticides And Chemicals Must Not Cause Stains, Damage Or Corrosion To The Furniture, Papers, Documents, Fixtures, Equipment, Electrical Appliances, Wires, And Other Appurtenances Of The Buildings. The Chemical’s Efficacy Must Sustain At Least Two-month Period In Every Application. E) The Baits, Glue Traps And Other Devices For Rodent Eradication And Control Shall Not Pose Any Risk To The Health Of The Officials And Personnel Of The Court. It Shall Not Contaminate Food Items And Water Source Within The Premises. F) During The Implementation Of The General Pest Control And Termite Management Service, The Service Provider Shall Present The Products To Be Used To The Cta Authorized Representative Before Application. G) The Service Provider Shall Provide Enough Manpower To Carry Out The General Pest Control And Termite Management Service Which Shall Consist Of At Least A Minimum Of Two (2) Workforce, Each Consisting Of At Least Two (2) Members (comprising Of Technicians/applicators And Assistants) Per Team, With At Least One (1) Certified Service Technician Per Team. The Workforce Shall Conduct The Pest And Termite Control Treatments Simultaneously At The Specified Areas. Additionally, The Service Provider Shall Designate A Permanent Workforce For The Duration Of The Contract And Shall Notify The Cta Authorized Representative Of Any Changes To The Workforce, Including Personnel Substitutions Or Modifications, Prior To Such Changes Being Implemented. Iii. Frequency Of Service A) The Service Provider Shall Conduct Their Pest Control Services For General Pest Control And Termite Management Based On The Frequency And Schedule As Stated In The Technical Specifications For The Duration Of One (1) Year, To Be Carried Out Every First Saturday And Third Saturday Of The Month Or Any Pre-approved Date By The Ctas’ Authorized Representative. The Search For Rodent Carcasses And Proper Disposal Shall Be Rendered By The Service Provider Immediately Upon Request Of The Cta. B) The Service Provider Shall Ensure That Their Service Technicians Will Arrive On Time At The Cta Compound On The Specified Date And Time Agreed Upon. C) The Service Provider Shall Ensure That Deployed Service Technicians Shall Comply With The Existing Covid-19 Health And Safety Protocols Of The Cta. Iv. Qualification Requirements A) The Service Provider Must Have A Minimum Of At Least Five (5) Years Of Experience Doing Business In Pest Control Services. They Must Also Be A Member Of The Pest Control Association Of The Philippines Inc. (pcap), Philippine Federation Of Pest Management Operators Association (pfpmoa), And/or Pest Exterminators Association Of The Philippines (peap). B) The Service Provider Must Be Duly Licensed As Urban Pest Control Operator By The Food And Drug Administration (fda) Or Licensed As Pest Control Operator By The Fertilizer And Pesticide Authority (fpa). Copy Of Any Of These Licenses Must Be Submitted As Supporting Documents To The Statement Of Compliance. C) The Service Provider Must Provide A Certificate Of Satisfactory Services Rendered From At Least Two (2) Previous Or Current Client Within The Last Five (5) Years And A List Of Contact Persons Of The Clients And Contact Details Thereof. V. Reports A) Submission Of An Accomplishment Report With Pictures Every After Servicing For Both General Pest Control And Termite Management To The Ctas’ Authorized Representative From The General Services Division Indicating Therein The Areas That Were Treated And Duly Confirmed And Acknowledged By The Personnel Present During The Service. The Time Of Arrival Of The Service Technician Shall Also Be Indicated In The Accomplishment Report For Proper Monitoring. B) A Monthly Plan (see Annex A) For The Conduct Of General Pest Control And Termite Management Provided By The Cta Should Be Accomplished By The Service Provider Before The Start Of The Service. The Monthly Plan Shall Lay Down The Scope Of Work, The Areas To Be Treated For The Month Including The Strategic Location Where The Rat Cage Traps And Other Rat Baiting Devices Will Be Located, The Names Of Service Technicians To Be Deployed, The Schedule Of The Monthly Pest And Termite Control, The Chemicals To Be Used, And Other Important Matters Included In The Contract. The Monthly Plan Shall Also Contain The Monthly Performance Evaluation Of The Service Provider For The Previous Month And The Areas Of Concern That Needs Particular Attention From The Service Provider For The Month. The Chief Judicial Staff Officer Of The General Services Division Shall Conduct The Monthly Performance Evaluation Of The Service Provider. Vi. Other Considerations Aside From The Regular Services, The Service Provider Must Attend To The Urgent Request Of The Cta And Treat Any Pest Sightings Immediately. Such Request Shall Be Attended Not Later Than Twenty-four (24) Hours After Notification Through Phone Call, Email, Or Other Modes Of Communication From The Office Of The Administrative And Finance Services (oafs), Through The General Services Division Personnel. The Service Provider Must Provide The Cta With A Pest Awareness Orientation Or Give Handouts On Pest Awareness To Orient The Court Personnel On How To Help Minimize Or Avoid Existence Of Insects/pests At The Workplace. Vii. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Supplier From The Cta But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Supplier Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Performance Security Shall Only Be Released/cancelled After The Expiration Of The Contract And Issuance By The Cta Of The Certificate Of Completion And Final Acceptance. Viii. Renewal Of Regular And Recurring Services The Cta May Opt To Renew The Term Of The Contract For One (1) Year Provided That A Written Notice To Is Given To The Service Provider At Least Thirty (30) Days Before The Contract Expires. The Contract Shall Be Renewed In Accordance With The Provision Of The General Appropriations Act And Gppb Resolution No. 6-2022 Dated September 12, 2022, “guidelines On The Renewal Of Regular And Recuring Services” Whereby The Performance Evaluation Of The Service Provider Shall Be Evaluated Based On The Following Criteria: Performance Criteria Minimum Weight I Conformity To Technical Requirements (25) Ii Timeliness In The Delivery Of Services (25) Iii Behavior Of Personnel (courteous, Professional, And Knowledgeable) (20) Iv Response To Complaints (20) V Compliance With Set Office Policies For Such Services (10) Performance Rating 100 The Service Provider Shall Maintain A Satisfactory Level Of Performance Throughout The Contract Period Based On The Set Of Performance Criteria. The Total Weight For The Performance Rating Must Be Equivalent To 100 Points. The Service Provider Must Attain At Least A “satisfactory” Rating Of 80 Points. Moreover, The Chief Judicial Staff Officer Of The General Services Division As The Implementing Unit Of This Procurement Project Shall At Any Time Before The Midpoint Of The Contract Duration Conduct A Cost-benefit Analysis To Show The Comparative Advantage Of Renewal Over The Conduct Of Another Procurement Pursuant To Gppb Resolution No. 6-2022 Dated September 12, 2022. I Hereby Certify To Comply With All The Above Technical Specifications And Terms Of Reference. Name Of The Company/supplier :________________________ Authorized Representative : ________________________ (signature Over Printed Name) (designation) Date: ___________________
Closing Date10 Mar 2025
Tender AmountPHP 400 K (USD 6.9 K)
DEFENSE HEALTH AGENCY DHA USA Tender
Laboratory Equipment and Services
United States
Details: Request For Information (rfi) Only
metabolomics Analysis Services For Urine, Blood, Fecal, Saliva
and Tissue Samples
market Survey Request:
this Is A Request For Information Only For Market Research And Planning Purposes Only, As Defined In Far 15.201(e). This Is Not A Solicitation Or Request For Competitive Proposals. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. It Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For The Information Solicited. No Solicitation Document Exists Or Is Guaranteed To Be Issued As A Result Of This Notice. 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, And The Government Will Not Reimburse Respondents For Preparation Of The Response. Response To This Notice Is Strictly Voluntary And Will Not Affect Future Ability To Submit An Offer If A Solicitation Is Released. There Is No Bid Package Or Solicitation Document Associated With This Announcement.
background:
the United States Army Medical Research Institute Of Environmental Medicine – Military Nutrition Division (usariem – Mnd) Is Requiring Specialized Analytical Services Necessary To Provide Untargeted And Targeted Metabolomics Measurement In Human Biological Samples (urine, Blood, Feces, Saliva, And Tissue) And Data Analysis For On-going Research Studies Led By Usariem Primary Investigators (pi’s).
requirement:
usariem – Mnd Is Requiring The Measurement Of Multiple Biochemical Markers Of Metabolic, Nutritional, And Physiologic Status And Function, Known As Metabolites, In A Variety Of Biological Matrices. This Will Require Untargeted Metabolomics Analysis (i.e., Measurement Of Hundreds-to-thousands Of Metabolites In Single Biological Samples) And Targeted Metabolomics Analysis (i.e., Quantitative Measurement Of Specific Metabolites) In Both Planned And Future Research Studies. The Services Include, But Are Not Limited To:
laboratory Analysis Services:
laboratory Analysis Services Must Include The Following, At Minimum:
1. Must Have Ultra-high Performance Liquid Chromatography-tandem-mass Spectrometry (uplc-ms/ms) With A Heated Electrospray Ionization Source And Orbitrap Mass Analyzer Capability That Can Be Operated In Both Positive And Negative Ion Modes, And Gas Chromatography-mass Spectrometry (gc-ms) Capability For Measuring Metabolites Derived From Multiple Biochemical Pathways In Human Blood, Urine, Saliva, Stool, And Muscle.
2. Must Have The Capability To Detect At Least 8,000 Novel Metabolites And To Validate And Confidently Identify At Least 5,000 Known Metabolites Using Company-owned Libraries.
3. Must Use Bioinformatics Systems That Include A Laboratory Information System (lims) That Enables Fully Auditable Laboratory Automation Through A Secure, Easy To Use, And Highly Specialized System. This System Must At Least Include Sample Accessioning, Sample Preparation, Instrumental Analysis And Reporting, And Must Also Be Able To Provide Advanced Data Analysis. The System Must Enable Data Extraction And Peak Identification, Utilize Data Processing Tools For Quality Control And Compound Identification In Accordance With Good Laboratory Practices (glp), And Contain, At A Minimum, A Collection Of Information Interpretation And Visualization Tools Used Specifically For Metabolomics Data Analysis.
4. Potential Offeror’s Must Show Detailed Expertise In Bioinformatics Analysis Of Metabolomics Data, Ability To Provide User-friendly Web Portals For Exploring, Analyzing, And Visualizing Metabolomics And Electronic Reports Summarizing Analytical Results And Their Interpretation.
5. Contractor Staff Must Include Phd-level Scientists Available To Assist Usariem Scientists In Interpretation Of Study Results Such As Analyzing, Summarizing, And Interpreting The Generated Untargeted And/or Targeted Metabolomics Data For All Samples. Contracting Company And/or Its Scientists Must Show History Of Contributing To Peer-reviewed Publications Using The Above-mentioned Technologies.
6. Must Have The Capability To Conduct Quantification Of Short-chain Fatty Acids And Bile Acids And Their Derivatives In Multiple Biological Sample Types.
7. Must Have Laboratory Systems Governed By Standard Operating Procedures (sop’s) That Are Reviewed And Updated With Adherence To Good Clinical Laboratory Practice (glp) Standards And Quality Control For All Analysis Conducted.
8. Laboratory Technicians Trained On Appropriate Measurement Procedures And Validated Equipment.
data Analysis Services:
data Analysis Services Must Include The Following, At Minimum:
1. Must Be Able To Provide A List Of Biochemicals Detected And Identified By Biochemical Name, Biochemical Class (grouped By Super Pathway And Sub Pathway), Platform Used For Measurement, Kegg Identifier, Hmdb Identifier, Pubchem Identifier, Chemspider Identifier And Cas Identifier.
2. Must Include Kegg/hmbd Links For All Compounds Having A Kegg Or Hmdb Id.
3. Must Be Able To Show Relative Quantitation Expressed As Peak Area (both Raw And Normalized With And Without Missing Data Imputed).
4. Must Deliver Results Of All Statistical Analyses Requested By The Primary Investigator (p.i.) Including Unadjusted P-values And False Discovery Rate Adjusted P-values (q-value).
5. Must Be Able To Provide Box Maps Showing Quantification Of All Detected Compounds By Study Group And Timepoint.
6. Must Be Able To Provide A Narrative Summary Of All Results Along With Their Interpretation Within The Context Of The Study Design. Narrative Summary Will Include Visualizations, Demonstrating Results Of Statistical Analyses And Biochemical Pathways, And Methods Sufficiently Detailed To Be Used In Peer- Reviewed Publications.
7. Must Provide Access To A Web-based Portal In Which The Usariem Pi Can Continue To Access, Analyze, And Visualize The Generated Metabolomics Data Using Data Analysis Tools Including Principal Components Analysis, Partial Least Squares Discriminant Analysis, Volcano Plots, Hierarchical Clustering, T-tests, And Anova.
additional Comments For Analytical Support Under This Effort:
1. Interested Parties Who Wish To Respond Must Have A Bioinformatics System Consisting Of A Laboratory Information Management System (lims) That Enables Fully Auditable Laboratory Automation Through A Highly Specialized System, Access To A Specialized Library Of Purified Standards Or Recurrent Unknown Entities And Provide Usariem Scientists Access To Visualization And Interpretation Software To Conduct Analysis For This Requirement. Previous And Ongoing Studies At The Usariem Have Been Performed Under These Systems And Future Analyses Must Utilize The Same Methods And Equipment To Allow For Valid And Accurate Comparisons Across Studies.
submittals:
summaries Of The Services As Listed Above Shall Be No More Than Ten (10) Pages In Length (1 Side Of 1 Sheet Of Paper Counts As A “page”) And Shall Describe Service Capabilities In Each Of These Areas.
interested Parties Shall Provide Their Business Size Status Based Upon Naics Code 541380, Testing Laboratories And Services, With A Small Business Size Standard Of $19m, And Their Cage Code As Registered At Sam.gov. Interested Parties May Include Brochure Information (if Appropriate) With The Summary Package By The Government's Requested Date Of Submittal Of 07 January 2025. Interested Parties Shall Submit Information In Response To This Rfi To: Kasey.l.carroll.civ@health.mil.
responses Shall Be Submitted And Received Via Email No Later Than Two O’clock Post Meridian Eastern Standard Time (2:00pm Est) Tuesday 07 January 2025. Documents Shall Be Electronic In Microsoft Word, Excel, Power Point, And/or Adobe Portable Document Format (pdf) And Provided As Attachments To The Email. No Telephonic Responses To This Rfi Will Be Considered.
questions Concerning This Request For Information (rfi) May Be Addressed By Contacting: Kasey.l.carroll.civ@health.mil. All Information Received In Response To This Rfi That Is Marked Proprietary Will Be Handled Accordingly. Responses To This Rfi Are Not Offers For A Contract And Will Not Be Used By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. Vendors Having The Services That They Believe Would Be Suitable For Operations As Described Herein Shall Submit All Supporting Documentation Requested By This Rfi To The Point Of Contact (poc) Noted Above.
please Provide Information On Your Organization In The Following Areas:
company Name, Address And Single Point Of Contact With Name, Title, Telephone Number And E-mail Address.
duns Number And Cage Code
confirmation Of Current Active Registration In System For Award Management (sam)
primary Naics Code(s) And Business Size (i.e., Small/large)
gsa Schedule, If Available
commercial Price List, If Gsa Schedule Is Not Available
product Specific Brochures Literature
provisions And Clauses:
52.215-3 Request For Information Or Solicitation For Planning Purposes.
request For Information For Planning Purposes (oct 1997)
(a) The Government Does Not Intend To Award A Contract On The Basis Of This Solicitation Or To Otherwise Pay For The Information Solicited Except As An Allowable Cost Under Other Contracts As Provided In Subsection 31.205-18, Bid And Proposal Costs, Of The Federal Acquisition Regulation.
(b) Although "proposal" And "offeror" Are Used In This Request For Information, Your Response Will Be Treated As Information Only. It Shall Not Be Used As A Proposal.
(c) This Request For Information (rfi) Is Issued For The Purpose Of Specialized Analytical Services Necessary To Provide Untargeted And Targeted Metabolomics Measurement In Human Biological Samples.
(end Of Provision)
Closing Date7 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: It Is Anticipated That A Formal Solicitation Will Be Issued Within 30 Days Of This Pre-solicitation Notice. No Response Is Required For This Notice.
pre Solicitation Notice For N66604-23-rfpreq-npt-10-0243 Indefinite Delivery/indefinite Quantity (idiq) Contract For Multi‐ Discipline Architect‐engineer (a‐e) Services In Support Of Projects On Nuwc Facilities At Naval Undersea Warfare Center Newport Division (nuwcdivnpt), Newport, Ri.
description: All Information Needed For Interested Parties To Submit A Standard Form Sf 330, Architect Engineer Qualifications Is Contained Herein. There Is No Separate Request For Proposals (rfp) Package To Download.
background:
the Naval Undersea Warfare Center Newport Division (nuwcdivnpt) Requires A-e Services In Support Of Various Projects At Nuwcdivnpt. This Procurement Will Result In One Single-award Idiq Contract For Multi‐discipline A‐e Services For Planning, Design, Construction, Evaluation Of New Construction, And Renovation Projects. These Services Will Be Procured In Accordance With 40 United States Code (usc) Chapter 11, Selection Of Architects And Engineers, As Implemented By Federal Acquisition Regulation (far) Subpart 36.6. The Idiq Contract Will Be For A Five-year Ordering Period. The Maximum Value For The Contract Term, Including All Awards, Shall Not Exceed $5,000,000. The Guaranteed Minimum For The Contract Ordering Period Is $500 And Will Be Satisfied By Simultaneous Award Of The Initial Task Order With The Basic Contract. Firm‐fixed Price Task Orders Will Be Negotiated At The Task Order Level. In Accordance With Far 15.404-4(c)(4)(i)(b), The Contract Price Or The Estimated Cost And Fee For Production And Delivery Of Designs, Plans, Drawings, And Specifications Shall Not Exceed 6 Percent Of The Estimated Of Construction Of The Public Work Or Construction, Excluding Fees. There Will Be No Minimum Dollar Limits Per Task Order. The Maximum Dollar Limit Per Task Order Is $3,000,000.
this Proposed Contract Is Being Solicited As A Small Business Set-aside. The North American Industry Classification System (naics) Code Is 541330, Engineering Services, And The Small Business Size Standard Is $25,500,000. The Government Seeks The Most Highly Qualified Firm To Perform The Required Services, Based On The Demonstrated Competence And Qualifications, In Accordance With The Selection Criteria Included Herein.
comprehensive A‐e Services Are Required For The New Construction, Repair, Replacement, Demolition, Alteration, And/or Improvement Of Facility Projects. Projects May Include Single Or Multiple Disciplines, Such As: Structural, Civil, Mechanical, Electrical, Architectural, Planning, Environmental, Fire Protection, Cost Estimating, And/or Geotechnical. The Types Of Projects May Include: Building Renovations; Building Additions; Site Work Required To Support New Work; New Construction; Parking Areas; Foundations; Retaining Walls; Failure Investigation Including Destructive And Non‐destructive Testing; Seismic Evaluation And Design; Progressive Collapse Analysis; Blast Resistant Design; Structural Engineering Investigations; Utility Systems Including Sanitary And Storm; Mechanical Services; Electrical Services; Water Systems; Storm Water Management; Surveying; Pavement Design; And Civil Engineering Studies.
performance Location(s):
newport, Ri
requirements:
for Complete Details On This Requirement See Attachment 1, “saes.” Specific Types Of A‐e Services That May Be Required Under This Contract Include:
facility Planning And Project Development: Services May Include Work Such As The Following: Prepare Master Plans, Project/site Plans For Proposed Facility/infrastructure Projects. Facility Planning May Be Requested For Renovation, Addition, Repair And New Construction Projects.
development Of Design‐bid‐ Build (dbb) Packages: Services May Include Preparation Of Drawings And Specifications For Renovation, Addition, Repair Or New Construction Projects. Design Meetings With The Government May Be Required In Order To Agree On Design Solution(s) That Meet The Government’s Project Requirements.
development Of Design‐build (db) Request For Proposal (rfp) Packages: Services May Include Working With A Construction Manager As Part Of A Design-build Team To Prepare Drawings And Specifications For Renovation, Additions, Repair Or New Construction Projects. Design Meetings With The Government May Be Required In Order To Agree On Design-build Solution(s) That Meet The Government’s Project Requirements.
preparation Of Cost Estimates Using Unit Guidance And Parametric Cost Estimating: Services May Include Preparing Cost Estimates For Renovation, Addition, Repair And/or New Construction Projects Based On Prepared Design Documents.
development Of Alternatives And Economic Analysis: Service May Include Providing Alternate Design Solutions And Associated Economic Impacts For Renovation, Addition, Repair Or New Construction Projects.
condition Assessment: Services May Include Performing Studies Of Existing Buildings And/or Components Of Buildings To Validate Existing Conditions That May Then Be Used To Inform Future Proposed Design Solutions. Site Visits May Be Required To Document Existing Facility/infrastructure Conditions.
field Investigations (including Utility And Geotechnical): Services May Include Conducting Field Surveys/investigations Of Existing Sites, Buildings Or Specific Components Of A Building (i.e Hvac Or Electrical Systems) In Order To Document Current Status Of A Facility’s Infrastructure. The Results Of Any Field Investigations May Then Be Used To Assist With The Preparation Of Design Documents For A Particular Project.
surveying And Mapping: Services May Include Surveying And/or Mapping Of Existing Or Proposed Sites For A New Construction Project Or Building Addition. Survey Work May Be Required In Order To Document Existing Site Conditions To Support Site/civil Design Solutions.
preparation Of Engineering Evaluations: Services May Include Performing Engineering Calculations To Support Civil, Mechanical, Electrical, Plumbing Or Fire Protection Design Solutions.
incorporation Of Sustainable Engineering Design Practices: Services May Include Incorporation Of Design Principles For Renovation, Addition, Repair And/or New Construction Projects To Support Sustainable Design Solutions.
consultations: Services May Include Collaborating With Other Specialty Design Professionals To Offer And Propose Design Solutions Required To Respond To Unique Project Requirements.
energy Computations; Services May Include Preparation Of Energy Calculations To Verify Proposed Design Solutions Comply With Required Building Codes, Federal, State And/or Local Energy Requirements.
soil Borings: Services May Include Conducting Soil Boring Testing In Order To Identify Minimum Design Requirements For New Construction Projects Or Building Additions.
obtaining Permits And Regulatory Approvals: Services May Include Submitting Design Documents To Local, State And/or Federal Jurisdictions For Review And Approval Prior To Proceeding With Renovation/construction Work.
environmental Investigation And Consultation: Services May Include Providing Design Services Required To Meet Environmental/epa Regulations On Facility/infrastructure Projects And Providing Consultation(s)/collaboration With The Government To Discuss Acceptable Environmental Design Alternatives And Solutions.
review Of Contractor Submittals: Services May Include Review Of Project Submittals (such As Product Data Or Product Samples) In Order To Validate Proposed Materials/products Comply With Design Drawings And/or Specifications.
field Consultation And Inspection During Construction: Services May Include Responding To Contractor Rfi’s During Construction In Order To Address Design Questions That May Arise During Construction/renovation Projects.
commissioning: Services May Include Supporting The Commissioning Process By Attending Commissioning Meetings In Order To Validate Engineered Design Solutions Are Incorporated Into The Project In Accordance With Design Specifications.
operation And Maintenance Support Information (omsi): Services May Include Providing The Government With O&m Documentation And Training, Where Applicable, Based On The Final Design Solution And Construction.
as‐built Drawing Preparation: Services May Include Updating Design Documents Including Drawings And Specifications To Accurately Reflect Construction Field Changes And Document Final As-built Construction/renovation Projects.
functional Analysis Concept Development (facd)/design Charrette/other Design And Construction Related Workshops And Meetings: Services May Require Attendance At Design Meetings To Collaborate With Government Representatives To Consider Design Options And Build Consensus Regarding Preferred Design Solution(s).
document Deliverable Requirements:
cdrl Number
title
sub-title
cdrl A001
contractor’s Personnel Roster
contractor Personnel
cdrl A002
hazardous Materials Management Program (hmmp) Plan
facility Operations Inventory Hmmp Plan
cdrl A003
monthly Status Report
monthly Status Report
cdrl A004
product Drawings/models And Associated Lists
drawing Package
cdrl A005
manhour Estimate, Technical Cost Proposal
estimates And Proposal
cdrl A001 – Contractor’s Personnel Roster
within Ten Business Days Of Task Order Issue, The Contractor Shall Submit A List Of All Employees Working On The Project To The Contracting Officer. This List Shall Include Each Employee's Name, And Work Assignment. Changes To The Personnel List Shall Be Submitted At Least Ten Business Days In Advance. In Emergency Situations And Cases Of Adverse Actions Where Ten Business Days’ Notice Is Not Possible, The Contractor Shall Submit The Required Information Regarding The Change In Writing To The Contracting Officer Representative (cor) Not Later Than 24 Hours After The Replacement Employee Is On Board.
cdrl A002 – Hazardous Materials Management Program (hmmp) Plan
the Contractor Shall Submit A Hazardous Material Management Plan (hmmp) As Addressed In Paragraph 3.2 Of The Saes.
cdrl A003 – Monthly Status Report
contractor Shall Provide A Monthly Status Report For Each Project In Which The Support Was Provided. The Report Shall Discuss Major Impacts, Issues, And Steps For Remediation Of Issues, Proposals To Improve Operational Efficiencies, Effectiveness, Quality, Or The Customer Experience.
cdrl A004 – Product Drawings/models And Associated Lists
the Contractor Shall Develop And Deliver Drawings, Specifications, Architect / Engineering Reports, To The Technical Point Of Contact Upon Request.
cdrl A005 – Manhour Estimate, Technical Cost Proposal Insert Title
a‐e Firms Shall Prepare Cost Estimates Utilizing The Micro‐computer Aided Cost Estimating System (mcaces) Mii Estimating System. Specifications Shall Be Prepared In The Specifications‐kept‐intact (specsintact) Program. Design‐build Rfps Shall Be Prepared Utilizing Design‐build Masters, And Drawings Shall Be Prepared In Autocad (2016 Or Higher) Utilizing The National Computer‐aided Design And Drafting (cadd) Standards Format. Three‐dimension (3‐d) And Bim Modeling May Also Be Required. The Contractor Shall Provide Documents In Pdf Format. Final Documents Shall Be Electronically Signed By The Assigned Architect Or Engineer. All Projects Shall Be Designed In The Modern International Standard Version Of The Metric International System Of Units (si), Unless Specifically Exempted By The Statement Of Work At The Task Order Level.
other Special Considerations:
as Defined By Paragraph 1‐5 Of United Facilities Criteria (ufc) 3‐ 600‐01, Fire Protection Engineering For Facilities, This Contract Requires The Services Of A Licensed Fire Protection Engineer Or Consultant.
asbestos And/or Lead‐based Paint Assessments May Be Required On This Contract To Determine The Presence Of Hazardous Material During Removals/demolition Or At Utility Points Of Connections. Work On And Around Waterfront Structures, Including Under Deck And Underwater, And Work In Confined Spaces May Be Required On This Contract. A‐e Firms Must Be Able To Accept Work That Involves Asbestos, Lead Paint, Poly‐chlorinated Biphenyls (pcb)s, And Other Hazardous Materials, Work On And Under Waterfront Structures, And In Confined Spaces.
all Engineering And Design Services Shall Comply With The Most Current Edition Of Facilities Criteria (fc) 1‐300‐09n Design Procedures, And Other Requirements As Indicated On The Whole Building Design Guide (wbdg) Web Site (www.wbdg.org). The Selected A-e Contractor Shall Have Online Access To Web‐based Support Programs Capable Of Creating Auto-cad Documents For Government Review, And Email Via The Internet For Routine Exchange Of Correspondence. The Selected A-e Contractor Shall Submit And Maintain An A‐e Accident Prevention Plan (app) In Accordance With U.s.army Corp Of Engineers (usace) Em 385‐1‐1 For Each Project On This Contract And Activity Hazard Analysis (aha) For Each In‐field Action. Key Personnel, Including Consultants, Must Be U.s. Citizens.
a‐e Firms Are Advised That The Selected Firm, Its Subsidiaries Or Affiliates, And Its Consultants Which Design, Prepare, Or Provide Engineering Services In Support Of Construction Contract Documents Cannot Provide Construction Services For The Same Contract. This Includes Concept Design, Preparation Of Project Programming Documents (dd Form 1391), Facility Siting Studies, Environmental Assessments, Geotechnical Services, Engineering Studies And Services, Design‐build Request For Proposals (rfps), Or Other Activities That Result In Identification Of Project Scope And Cost. The Awarded Contract Will Be Subject To Specific Provisions Addressing The Avoidance Of Organizational Conflicts Of Interest, Including Naval Facilities Acquisition Supplement (nfas) 5252.209‐9300, Organizational Conflicts Of Interest. The Prime Firm For This Contract Will Be Required To Perform Throughout The Contract Term.
submission Requirements:
a‐e Firms Desiring To Be Considered For This Contract Shall Submit A Completed Sf 330 Package By Email To The Contracting Officer And The Contract Specialist. The Sf 330 Shall Be Typed, At Least 11 Point Times New Roman Or Larger. Part I Shall Not Exceed 100 Single‐sided 8.5 By 11 Inch Pages (the Page Limit Does Not Include Individual Subcontracting Reports (isr)s, Certificates Licenses, Nor Does The Page Limit Include Cover Sheets Or Dividers, Provided That These Do Not Contain Any Substantive Information Submitted In Response To The Synopsis Or Intended To Demonstrate The Qualifications Of The Firm). Part I Pages Shall Be Numbered Sequentially. Introductions Shall Be Included In Sections E And F. A-e Firm Submissions Shall Include Its Dun & Bradstreet (duns), Commercial And Government Entity (cage), And Taxpayer Identification Number (tin) Numbers In Block 30 Of The Sf 330.
all Contractors Are Advised That Registration In System For Award Management (sam) Database Is Required Prior To Award Of A Contract. Failure To Register In The Sam Database May Render Your Firm Ineligible For Award. For More Information, Check The Sam Web Site: Https://www.sam.gov.
in Accordance With The Federal Acquisition Regulations (far) 36.601‐4(b), The A‐e Firm Must Be A Registered And Licensed Architectural And/or Engineering Firm In Rhode Island To Be Eligible For Award. A-e Firms Shall Provide Proof That The Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering, (e.g., State Registration Number, Or A Brief Explanation Of The Firm’s Licensing In Jurisdictions That Do Not Register Firms, Etc.). Failure To Submit The Required Proof Will Result In A Firm’s Elimination From Consideration.
firms Who Are Offering As A Joint Venture Should Include With Their Submission A Copy Of The Joint Venture Agreement. Failure To Include The Joint Venture Agreement Will Result In The Firm’s Elimination From Further Evaluation.
if An Sf 254/sf 255 Is Submitted For This Solicitation, It Will Not Be Reviewed Or Considered. As Required Above, Provide Verifiable Evidence That Your Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering (e.g., State Registration Number).
interested Firms Shall Submit Proposals To Both The Contract Specialist And The Contracting Officer At The Email Addresses Listed Below.
sf 330 Submissions Are Due No Later Than Xx Xxxxx 2023 At Xx:xx Pm (est). Late Responses Will Be Handled In Accordance With Federal Acquisition Regulations (far) 52.215‐1. The Points Of Contact For This Acquisition Are Contract Specialist, Xxxxx Xxxxxx, At Xxxxxxxxx@navy.mil And Xxxxx Xxxxxxx, Contracting Officer, At Xxxxxxx@navy.mil. (to Be Provided Within Formal Solicitation)
the Total Maximum File Size For Email Proposal Submission Is Limited To 10mb. If The Submission Will Exceed 10mb, It Is Acceptable For The Submission To Be Broken Up Into Multiple Emails Or The Firm Should Coordinate With The Identified Government Poc's To Obtain A Dod Safe Request For Submission. Failure Of The Firm To Coordinate A Dod Safe Request For Submission In A Timely Manner, To Allow Sufficient Time For Submission Of The Required Documents Before The Required Response Date, Will Not Be Acceptable Justification For The Government Allowing Or Considering A Late Submission. A Timely Manner Is Defined As Requesting Such Dod Safe Information From The Identified Government Poc's No Later Than 10 Calendar Days In Advance Of The Response Date Of The Synopsis.
if The Firm Chooses To Complete Multiple Email Submissions, Emails Shall Clearly Indicate The Number Of Email Submissions The Government Should Expect To Receive And Shall Be Numbered To Indicate Which Email Of The Submission Each Email Received Is (i.e.: Email 1 Of 3; Email 2 Of 3; Email 3 Of 3).
inquiries Concerning This Procurement Should Reference The Solicitation Number And Title And Be Forwarded Via Email To The Points Of Contact Identified Above. Questions Pertaining To This Requirement Are Due No Later Than Fourteen (14) Days After Posting Of This Requirement On Sam.gov.
list Of Attachments:
scope Of Architect-engineer (a-e) Services (saes) (draft)
cdrls (draft)
selection Criteria:
firms Responding To This Synopsis Will Be Evaluated To Determine The Most Highly Qualified Firms To Perform The Required Services In Accordance With The Published Selection Criteria.
failure To Comply With Instructions, Or Provide Complete Information May Affect The Firm’s Evaluation Or Disqualify The Firm From Further Consideration. Evaluation Criteria (1) Through (4) Are Considered Most Important And Are Equal Among Themselves; Criteria (5) Through (6) Are Less Important And Are Equal Among Themselves; Criteria (7) Will Only Be Used As A Tie‐breaker Among Technically Equal Firms. Specific Selection Criteria Include:
specialized Experience
professional Qualifications And Technical Competence
past Performance
quality Control
program Management And Capacity
firm Location
volume Of Work
criterion 1 —specialized Experience (sf 330, Part I, Section F):
firms Will Be Evaluated On Specialized Experience In Performance Of Services Similar To Those Anticipated Under This Contract Through Evaluation Of Experience In:
infrastructure/facility Design Utilizing The Following Criteria, Including, But Not Limited To, Unified Facilities Criteria (ufc’s) And Military Standard (milstd);
conducting On‐site Design Development Workshops, Charrettes, Functional Analysis, Schematic Design, Or Space Programming, Including Supporting Budgetary Or Parametric Cost Estimating;
demonstrated Ability To Design To Project Budget And Schedule;
experience Preparing Design‐bid‐build;
experience Preparing Design‐build Rfp Packages; And
designing Projects In Accordance With Dod, Navy, Or Other Government Agencies’, Or Private Industry Criteria.
firms May Be Considered More Favorably Under Criterion 1 By Demonstrating The Following:
experience In The Delivery Of Multiple Types Of A‐e Services Identified In The Requirements Above.
experience On Multiple Facility Types, Such As Business, Educational, Industrial, Assembly, Health Care, Residential, Storage, Laboratory, And Mixed-use Occupancies, Identified In The Requirements Above.
demonstrated Experience Using The Micro Computer Aided Cost Estimating System Second Generation (mii) Cost Estimating Software.
demonstrated Experience On Navy Bases Within The Primary Geographic Area Of The Contract.
demonstrated Experience Designing Modifications To Existing Structures And Developing Construction Phasing While Associated Facilities Are Required To Remain In Service.
demonstrated Experience Specific To Navy Facility Projects, Illustrating The Capability Of The A‐e Firm And Individual Design Team Members (a‐e Staff, Key Personnel, Consultants) To Work Within The Navy Project Planning Process Including:
dd Form 1391 Development In The Navy’s Electronic Procurement Generator (epg),
dd Form 1391 Validation Procedures Including Cost Validation.
demonstrated Understanding Of Procedures And Timely Submission Of Base Access Documents In Adherence With Security, Safety, Environmental, And Accident Prevention Regulations In Order To Support A‐e Activities And Maintain Project Schedules.
experience Of A‐e Firm And Individual Design Team Members (a‐e Staff, Key Personnel, Sub‐ Consultants) With Facilities Located In Historic Areas That Will Require Consultation With State Historic Preservation Officer (shpo) Throughout The Design Process.
criterion 1 Submission Requirements:
provide Up To A Maximum Of Ten (10) Projects Completed (project Completion To Be Defined As Receiving Final Design Acceptance From Client) Within The Past Seven (7) Years Immediately Preceding The Date Of Issuance Of This Notice That Best Demonstrate Specialized Experience Of The Proposed Team In The Areas Outlined Above. Sufficient Information To Determine The Date Of Completion Of The Project Must Be Included In The Project Description Or The Project Will Not Be Considered. If More Than The Maximum Number Of Projects Is Submitted, The Government Will Only Evaluate Projects Up To The Maximum Number Authorized In The Order Submitted.
all Projects Provided In The Sf 330 Must Be Completed By The Actual Office/branch/regional Office/ Individual Team Member Proposed To Manage And Perform Work Under This Contract. Projects Not Meeting This Requirement Will Be Excluded From Consideration In The Evaluation. To Enable Verification, Firms Should Include The Duns Number Along With Each Firm Name In The Sf 330 Part I, Section F, Block 25, “firm Name.” Include A Contract Number Or Project Identification Number In Block 21. Include An E‐ Mail Address And Phone Number For The Point Of Contact In Block 23(c). In Block 24, Include In The Project Description The Contract Period Of Performance, Award Contract Value, Current Contract Value, And A Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. For Projects Performed As A Sub-contractor Or A Joint Venture Involving Different Partners, Specifically Indicate The Value Of The Work Performed As A Subcontractor Or By Those Firms Proposed For This Contract, And Identify The Specific Roles And Responsibilities Performed As A Sub-contractor Or By Those Firms On The Project Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Firm Will Be Eliminated From Award Consideration.
note: If The Firm Is A Joint Venture, Projects Performed By The Joint Venture Should Be Submitted; However, If There Are No Projects Performed By The Joint Venture, Projects Must Be Submitted For Each Joint Venture Partner, Not To Exceed A Total Of Ten (10) Projects. Firms Failing To Provide Projects From All Joint Venture Partners Will Be Considered To Have Not Met The Requirements Of The Criterion.
projects Shall Be Submitted On The Sf 330 At Part I, Section F And Shall Be Completed Projects. Projects Not Completed Will Be Excluded From Evaluation Consideration. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand‐alone Contract Award. Do Not Submit An Idiq Contract As An Example Project. Instead, List Relevant Task Orders Or Stand‐alone Contract Awards That Fit Within The Definition Above. The Government Will Not Evaluate Information Provided For An Idiq Contract. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated.
all Information For Criterion 1 Shall Be Submitted In The Sf 330, Part I, Section F. The Government Will Not Consider Information Submitted In Addition To Part I, Section F In The Evaluation Of Criterion 1.
criterion 2—professional Qualifications And Technical Competence (sf 330, Part I, Sections E & G):
firms Will Be Evaluated On Professional Qualifications, Competence, And Experience Of The Proposed Key Personnel In Providing Services To Accomplish The Tasks Required Under This Contract, Including Participation In Example Projects In The Sf 330, Part I, Section G. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Specific Disciplines That Must Be Included In Key Personnel Are:
project Manager(s)
senior Architect
senior Civil Engineer
senior Structural Engineer
senior Mechanical Engineer
senior Electrical Engineer
senior Quality Control Manager
senior Fire Protection Engineer (a Licensed Fire Protection Engineer Is Required)
key Personnel, Including Consultants, Shall Be U.s. Citizens.
submissions Must Demonstrate Key Personnel Relevant Experience, Formal Education (e.g. Bachelor’s Or Master’s Degrees), And Relevant Professional Development Or Professional Certifications.
criteria 2 Submission Requirements:
sf 330, Part I, Section E – Provide Resumes For All Proposed Key Personnel That Illustrate Experience In The Type Of Work Proposed Under This Contract. Resumes Are Limited To Three Pages And Should Indicate: Professional Registration, Certification, Licensure And/or Accreditation In Appropriate Disciplines; Cite Recent (within The Past 10 Years) Project‐specific Experience In Work Relevant To The Services Required Under This Contract; And Indicate Proposed Role In This Contract. Indicate Participation Of Key Personnel In Example Projects In The Sf 330, Part I, Section G.
criterion 3—past Performance (sf 330, Part I, Section H):
firms Will Be Evaluated On Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction.
evaluating Past Performance And Experience Will Include Information Provided In The Contract Performance Assessment Reporting System (cpars) / Architect-engineer Contract Administration Support System (acass) For Criterion 1 Projects And May Include Customer Inquiries, Government Databases, And Other Information Available To The Government Including Contacts With Points Of Contact In Other Criteria. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified.
criteria 3 Submission Requirements:
submit A Completed Cpars/acass Evaluation For Each Project Under Criterion 1. If Cpars Or Acass Evaluations Are Not Available For The Projects Identified Under Criterion 1, Then The Firm Shall Provide A Point Of Contact Reference From The Requiring Organization Familiar With The Project Who Can Confirm The Quality Of The Offeror’s Work On The Project. Those References Shall Include Contract/task Order Number, Project Title, Point Of Contact Name, Telephone Numbers, And Email Addresses For The Reference.
firms May Provide Any Information On Problems Encountered And The Corrective Actions Taken On Projects Submitted Under Criterion 1—specialized Experience. Firms May Also Address Any Adverse Past Performance Issues. Information Shall Not Exceed Two Double‐sided Pages (or Four Single‐sided Pages) In Total.
awards, Letters Of Commendation, Certificates Of Appreciation, Etc. Shall Not Be Submitted And Will Not Be Considered In The Evaluation.
criterion 4—quality Control Program (sf 330, Part I, Section H):
firms Will Be Evaluated On The Strength Of The Quality Control Program Proposed By The Firm To Ensure Quality Products And Services Under This Contract, And Means Of Ensuring Quality Services From Their Consultants/subcontractors.
criteria 4 Submission Requirements:
describe The Quality Control Program That Will Be Utilized For All Deliverables Of This Contract And The Management Approach For Quality Control Processes And Procedures. The Description Shall:
describe Specific Quality Control Processes And Procedures Proposed For This Contract To Achieve Technical Accuracy Of And Assurance Of Overall Coordination Of Plans And Specifications, And Engineering And Design Services.
provide A Quality Control Process Chart Showing The Inter‐relationship Of The Management And Team Components.
identify The Key Personnel (submitted Under Criterion 2—professional Qualifications And Technical Competence) Responsible For The Quality Control Program And A Description Of Their Roles And Responsibilities.
describe How The Firm’s Quality Control Program Extends To Management Of Sub-contractors.
explain The Quality Control Program Including An Example Of How The Plan Has Worked For One Of The Projects Submitted As Part Of Sf 330, Section F Or How The Plan Will Work If It Has Not Been Used Previously.
criterion 5—program Management And Capacity (sf 330, Part I, Section H):
firms Will Be Evaluated On The Firm’s Ability To Plan For And Manage Work Under The Contract And The Capacity To Accomplish The Work In The Required Time.
criteria 5 Submission Requirements:
provide An Organizational Chart For The Team And Discuss The Management Plan For This Contract And Personnel Roles In The Organization. Describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff, Sub-contractors And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners Where Applicable.
describe The Firm’s Present Workload And The Availability Of The Project Team (including Consultants) For The Specified Contract Performance Period. Describe The Workload/availability Of The Key Personnel During The Anticipated Contract Performance Period And The Ability Of The Firm To Provide Qualified Backup Staffing For Key Personnel To Ensure Continuity Of Services. General Statements Of Availability/capacity May Be Considered Less Favorably.
describe The Firm’s Ability To Sustain The Loss Of Key Personnel While Accomplishing Work Within Required Time Limits, To Ensure Continuity Of Services And Ability To Meet Surges In Unexpected Project Demands And Ability To Adhere To Schedules And Budgets.
criterion 6—firm Location (sf 330, Part I, Section H)
firms Will Be Evaluated On The Locations Of Their Office Or Offices That Will Be Performing The Work Under This Contract And Demonstrated Knowledge Of The General Geographic Areas In Which Projects Could Be Located. Evaluation Of Firms Will Include Consideration Of Their Location Within The General Geographic Area Of The Anticipated Projects (primarily At Naval Undersea Warfare Center Newport Division, Newport, Ri).
criteria 6 Submission Requirements:
indicate Location Of The Office(s) That Will Be Performing The Work, Including Main Offices, Branch Offices, And Offices Of Team Members.
provide A Narrative Describing The Team’s Knowledge And Previous Experience Of The Primary Geographic Areas To Be Covered By This Contract.
provide A Narrative To Describe The Team’s Ability To Provide Timely Response To Requests For On‐site Support. Provide Timelines And Examples Of The Team’s Success In Providing This Response. Include Both Primary And Sub‐contractor Support As Required. Teams With A Demonstrated History Of Providing Timely Support May Be Considered More Favorably.
criterion 7—volume Of Work (sf 330, Part 1, Section H) (tie-breaker)
in The Event Of A Tie Among Equally Rated Firms, Those Firms Will Be Evaluated In Accordance With Dod Federal Acquisition Regulation Supplement (dfars) Procedures, Guidance And Information (pgi) 236.602‐1, From Data Extracted From The Federal Procurement Data System (fpds). Firms Will Be Evaluated In Terms Of Work Previously Awarded To The Firm By Dod Within The Past Twelve (12) Months With The Objective Of Effecting An Equitable Distribution Of Contracts Among Qualified A‐e Firms Including Small, Disadvantaged Business Firms, And Firms That Have Not Had Prior Dod A‐e Contracts.
criterion 7 Submission Requirements:
firms Shall Not Submit Data For This Factor.
Closing Date31 Jan 2025
Tender AmountRefer Documents
9691-9700 of 9903 archived Tenders