Architect Tenders
Southside Housing Association Ltd Tender
Housekeeping Services
United Kingdom
Closing Date15 May 2025
Tender AmountGBP 1.2 Million (USD 1.6 Million)
Details: The Contract Will Principally Comprise Landscape Maintenance And Common Close Cleaning Service. The Landscape Maintenance Services Will Mainly Include Litter Picking, Grass Cutting, Shrub Bed, Hedging And Leaf Collection To Existing Properties And Common Landscaped Areas Throughout Cardonald And Pollokshields, Glasgow To The Areas Detailed Within The Landscape Architects Tender Drawings. The Contract May Also Include Bulk Uplifts, Tree Maintenance Services, Tree And Stump Removal Works, And Repairs To Existing Damaged Grass And Other Landscaped Areas. The Contract May Also Include Planting And Landscaping Improvement Works At The Queensland Community Gardens Estate. The Landscape Maintenance Will Initially Be Undertaken To Estates Located At St Andrews Drive, Queensland Community Garden And Halfway Park, However Southside Housing Association May Introduce Additional Estates During The Contract That Are Located On The South Side Of Glasgow Which Shall Be Valued At The Rates Within Tender Document A Where The Maintenance Requirements Are Similar In Character. The Common Close Cleaning Maintenance Requirements Will Principally Involve Weekly Internal And External Cleaning To Properties, And Also Monthly & Six Monthly Cleaning Activities (refer Specification Items 1-21 Described Within Tender Document C ‘common Close Cleaning Specification’ For Further Information). The Landscape Maintenance And Common Close Cleaning Services To The Properties Described Within The Tender Documentation Are Currently Undertaken By Southside Housing Association’s Estates Team. However, The Nature Of The Service Is Changing And It Is The Intention Of Southside Housing Association That The Successful Tenderer Of This Procurement Will Undertake The Service After Conclusion Of This Opportunity. The Contract Term Will Be For An Initial Twenty-one Month Period Commencing On 1st July 2025 With Optional Annual 1 Year + 1 Year + 1 Year Extensions Up To A Maximum Contract Completion Date Of 31st March 2030. Cpv: 90910000, 90911000, 71421000, 77211500, 77310000, 77311000, 77313000, 77314000.
Government Of New Brunswick Tender
Civil And Construction...+1Civil Works Others
Canada
Closing Date9 Jul 2025
Tender AmountRefer Documents
Description: Division02-existing Conditions Division08-openings Division09-finishes ***documents Are Available Through The Construction Association*** Gym Flooring Replacement Cole Notre-dame Notre-dame De Kent, Nb 653-f25 Bw5183 Address All Inquiries To Derek Brennan Architect 18 Botsford Street, Suite 100 Moncton, Nb, E1c 4w7 506-857-8601 Site Visit Date & Time July 2, 2025 At 10:30 Contact Charles Mcfadden 506-743-7304 Charles.mcfadden@nbed.nb.ca This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Instructions For Bid Submission 1. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By Email To Constructionbidssoumissions@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission By Email For Important Instructions On How To Submit Bids By Email. 2. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email) Will Not Be Accepted. 3. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 4. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt In The Province's Electronic Mail System. 5. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 6. All Tenders Must Be Ddp (delivery Duty Paid), Per Incoterms 2020 Ddp. The Seller Bears All Costs And Risks Until The Goods Are Delivered To The Buyer At The Named Place Of Destination, Ready For Unloading, And Cleared For Import, Including All Duties And Taxes. 7. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. This Procurement Is Subject To The Procurement Act And Construction Services Regulation. All Bid Submissions Must Be Accompanied By A Security Deposit In The Amount Of Ten Percent (10%) Of The Total Bid Price. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents. Excluded Jurisdictions 1. In Accordance With Section 143.1 Of Regulation 2022-78 Under The Procurement Act, Us Bids For This Solicitation May Be Refused At The Sole Discretion Of The Government Of New Brunswick. Refused Bids Will Not Be Returned And There Will Be No Further Notification To Refused Bidders. 2. For The Purpose Of This Section: 2.1 "us Bid" Means A Bid Submission From: A) A Us Entity, Or B) A Joint Venture, Syndicate, Partnership Or Other Business Combination Or Cooperative Arrangement In Combination With A Us Entity That Is Submitted From A Place Of Business Within The United States Of America. 2.2 "us Entity" Means A) A Business Or Professional Organization, Including Without Limitation A Corporation, Partnership, Joint Venture, Professional Corporation, Limited Liability Company, Sole Proprietorship, Trust Or Association Or Other Commercial Organization, That Is Created, Established, Formed Or Incorporated In Any Jurisdiction In The United States Of America; And B) Any Entity That Is Owned Or Controlled By An Entity Listed In Paragraph 2.2(a); And 2.3 "place Of Business" Means An Establishment Where A Vendor Or Manufacturer Conducts Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. The Province Of New Brunswick Reserves The Right To Waive Minor Non-compliance Where Such Non-compliance Is Not Of A Material Nature In Its Sole And Absolute Discretion, Or To Accept Or Reject In Whole Or In Part Any Or All Bids, With Or Without Giving Notice. Such Minor Non-compliance Will Be Deemed Substantial Compliance And Capable Of Acceptance. The Province Will Be The Sole Judge Of Whether A Bid Is Accepted Or Rejected. Tariffs Price Adjustments Suppliers Should Prepare Bid Submissions Based On Information And Costs Known At The Time Of Submission. If The Price Of Any Goods Included Within This Solicitation Is Affected By New, Previously Undisclosed Tariffs Or Duties Implemented After The Bid Submission Period Has Closed, The Awarded Supplier(s) May Request A Price Increase From The Government Of New Brunswick (gnb) To Offset The Increased Costs (a "tariff Price Adjustment") As Outlined In This Section. Before Requesting A Tariff Price Adjustment From Gnb, Suppliers Should First Seek Refund Or Relief From Applicable Federal And Provincial/territorial Government Applicable Tariff Relief Programs. If The Supplier Is Unable To Obtain Financial Relief Or Support From Federal And/or Provincial/territorial Governments, Suppliers May Request A Tariff Price Adjustment From Gnb For The Affected Goods, After Providing Sufficient Evidence That Financial Relief Or Support Was Denied. Suppliers Must Substantiate Any Tariff Price Adjustment Request With Supporting Information And Documentation Satisfactory To Gnb In Its Sole Discretion, Including But Not Limited To: 1) A Detailed Description Of The Goods On Which A Price Increase Is Sought, The Associated Hs Codes, And The Applicable Tariffs; 2) Detailed Breakdown Of How Tariffs Have Impacted The Supplier's Operations And/or Supply Chain, Including Raw Materials, Production, And Shipping; 3) A Cost Comparison Before And After The Tariffs, Showing How They Directly Impact The Supplier's Pricing, And The Supplier's Plans To Mitigate Cost Pressures; 4) Evidence Demonstrating The Supplier's Inability To Source The Goods Or Substitutes From Non-us Suppliers, Or Other Factors Preventing The Sourcing Of The Goods Or Substitutes From Non-us Suppliers (e.g., Contractual Obligations); And 5) Any Supportive Or Corroborative Information, Such As Communications From The Supplier's Supply Chain Or Logistics Partners, Which Confirms The Impact Of Tariffs On The Supplier's Costs. Requests For Tariff Price Adjustments Should Be Sent To The Contact Person On The Purchase Order Or Contract. Acceptance Of Any Price Increase Is Solely At The Government Of New Brunswick's Discretion, And Subject To Any Conditions Imposed At The Time Of Approval. All Bids Will Be Deemed To Have Been Submitted In Contemplation Of The Above Noted Potential Adjustments To Price. By Submitting A Bid, Each Supplier Acknowledges That The Other Suppliers Who Have Submitted Bids May Obtain A Tariff Price Adjustment In Accordance With The Requirements Noted Above, And Waives Any Claim, Action Or Proceeding Against Gnb Relating To A Tariff Price Adjustment To Any Contract Arising From This Solicitation. This Procurement Is Subject To The Canadian Free Trade Agreement. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents.
Benguet State University - BSU Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date22 Apr 2025
Tender AmountPHP 500 K (USD 8.8 K)
Details: Description Invitation To Submit Quotation Reference Number: 2025-413 Name Of Project: Construction Of Student Queuing Shed At New Medical Clinic Project Location: Bsu La Trinidad Campus, Km 6, Balili, La Trinidad, Benguet Approved Budget For The Contract (abc): Php. 500,000.00 Contract Duration: 44 Calendar Days Source Of Fund: 2025-igi- Co I. Introduction: A. The Benguet State University, Through The Bids And Awards Committee (bac) Will Undertake Small Value Procurement For The Above Stated Project, Thus, Inviting Registered Contractors With Valid License Issued And Classified By The Philippine Contractors Accreditation Board (pcab. The Project Is A Construction Of Student Queuing Shed At The New Medical Clinic. The Scope Of Work Includes Removal Of Structures And Obstructions, Structure Excavation, Concrete Footing And Column Pedestal, Forms And Falseworks, Painting Works, Metal Structures And Trusses, Roofing Works And Fence. B. Prospective Bidders Must Have Key Personnel And Equipment (owned, Leased Or Under Leased Agreement) Available For The Prosecution Of The Project. Ii. Scope Of Work I. Project Billboard/ Signboard, Occupational Safety And Health Program Ii. Removal Of Structures And Obstruction, Structure Excavation (common Soil), Embankment From The Excavation Iii. Reinforced Concrete Footing And Column Pedestal, Formworks And Falseworks Iv. Painting Works (masonry/concrete Steel), Metal Structures (trusses, Purlins, Bolts, Cross Bracing & Metal Steel Plates), Roofing Works (installation Of Polycarbonate Roof), Fence (galvanized) Iii. Technical Personnel Required- The Key Personnel Must Meet The Required Minimum Of Years Of Experience Of At Least Three (3) Years General And Relevant Experience. A. 1 - Site Engineer/ Site Architect B. 1 - Safety Officer/ Practitioner C. 1- Construction Foreman Iv. List Of Equipment – Must Be In Good Condition A. 1 – Welding Machine B. 1 – Bar Cutter C. 1 – Jack Hammer D. 1 – Drill Machine E. 1- Grinder V. Eligibility Requirements (must Be Updated)- All Eligibility Requirements Will Be Used For Procurement Purposes Only. A. Philgeps Registration (must Be Platinum)- With Complete Annexes B. Business Permit C. Pcab License D. Computation Of Net Financial Contracting Capacity (nfcc) E. Income And Business Tax Returns F. Audited Financial Statements G. Omnibus Sworn Statement H. List Of Technical Personnel I. List Of Equipment With Proof Of Ownership Vi. Procurement Activities: A. Issuance Of Bid Documents: Interested Bidders/ Contractors Can Get A Copy Of The Plans And Designs, Bill Of Quantities Of The Project Starting April 14, 2025, During Office Hours At The Procurement Management Office (pmo), 1st Floor, Administration Building, Bsu, La Trinidad, Benguet B. Deadline For Submission Of Quotation Quotation Is To Be Submitted In A Sealed Envelope With The Eligibility Requirements On Or Before April 22, 2025 At 1:30 Pm At The Procurement Management Office (pmo), 1st Floor, Administration Building, Bsu, La Trinidad, Benguet. C. Opening Of Quotation April 22, 2025 At 2:00 Pm At The Rdc Conference Hall, 2/f Bsu Administration Building, La Trinidad, Benguet. Vii. For Further Information, Please Refer To: Bac Secretariat Committee Procurement Management Office Benguet State University-la Trinidad Campus 1/f Administration Building Tel No. 661-1839; 0950-603-2749 Email: Procurement@bsu.edu.ph Viii. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.bsu.edu.ph/bids-awards Sgd Janet P. Pablo Chairperson Bids And Awards Committee
Desoto County School District Tender
Civil And Construction...+1Building Construction
United States
Closing Date27 Mar 2025
Tender AmountRefer Documents
Details: Notice Is Hereby Given That Sealed Bids Will Be Received For The Project Named Below By The Desoto County School District, 5 East South Street, Hernando, Mississippi 38632, Until March 21st, 2025 At 2:00 P.m. Location For Receipt Of Bids: Superintendent’s Office Desoto County School District 5 East South Street Hernando, Ms 38632 The Project Consists Of Constructing A New 43,200 Sf Two Story Classroom Addition Attached To The Existing School Building. The New Facility Will Contain Classrooms, Labs, And Administration Space And Will Include All Associated Site Work Which Includes Grading, Paving, Drainage, Utilities, And Other Related Work As Shown On The Drawings And/or Described In The Specifications. The Addition Will Also Contain A Storm Shelter. Project Location: 1755 Craft Road, Olive Branch, Ms 38654 Owner: Desoto County School District, 5 East South Street, Hernando, Ms 38632 Plans And Specifications Entitled: Lewisburg High School Addition Desoto County Schools Olive Branch, Ms May Be Viewed And Purchased From Our Online Plan Room: Www.allenhoshallplanroom.com A. Copy Of Plans And Specifications Will Be Available For Purchase, Download, And/or Print From Our Online Plan Room. See Web Address Above. B. Partial Sets Will Not Be Issued. C. Copies Of Plans And Specifications Will Be Placed In Plan Rooms In Major Cities Within The Area, Locally, And Elsewhere As Bona Fide Requests Are Received. Official Bid Documents Can Also Be Downloaded From Central Bidding At Www.centralbidding.com. Electronic Bids And/or Reverse Auction Bids Can Be Submitted At Www.centralbidding.com. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Proposals Shall Be Submitted On Proposal Forms Provided With The Specifications And Must Be Accompanied By Proposal Security In The Form Of Certified Check Or Acceptable Bid Bond In The Amount Equal To At Least Five Percent (5%) Of The Base Bid: Such Security To Be Forfeited As Liquidated Damages, Not Penalty, By Any Bidder Who Fails To Carry Out The Terms Of The Proposal, Execute Contract And Post Performance Bond In The Form And Amount Within The Time Specified. The Bid Bond, If Used, Shall Be Payable To The Owner. Bids On The Project Must Be Received On Or Before The Period Scheduled For The Project And No Bid Withdrawn After The Scheduled Closing Time For The Project For A Period Of Forty-five (45) Days. All Bids Submitted In Excess Of $50,000.00 By A Prime Or Subcontractor To Do Any Erection, Building, Construction, Repair, Maintenance, Or Related Work Must Comply With The Mississippi Contractors Act Of 1985, By Securing A Certificate Of Responsibility From The State Board Of Contractors. Pre-bid Conference A. A Pre-bid Conference Has Been Scheduled On March 5th, 2025 At 9:00 Am. At The School Location 1755 Craft Road, Olive Branch, Ms 38654. Please Meet At The School Check-in Location. B. All General Contract/major Subcontract Bidders And Suppliers Are Urged To Attend. C. All Bidders Are Expected To Have Familiarized Themselves With Conditions Relating To The Work Prior To The Pre-bid Conference. The Owner Reserves The Right To Reject Any And All Bids On Any Or All Projects And To Waive Informalities. Owner: Desoto County School District 5 East South Street Hernando, Ms 38632 Architect: Allen & Hoshall, Pllc 1661 International Drive, Suite 100 Memphis, Tennessee 38120 Ph: 901-820-0820 Fx: 901-683-1001
Lafourche Parish School District Tender
Others
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents
Details: Legal Notice Advertisement For Bids Sealed Bids Will Be Received By The Lafourche Parish School Board Until 2:00 Pm On Thursday, February 06, 2025, At Its Office Located At 701 East Seventh Street, Thibodaux, Louisiana, At Which Time Bids Will Be Publicly Opened And Read-aloud For The Lpsb Bus Fleet Facility, Lockport, La. Per Rs37:2163, Bids Shall Be Submitted In An Envelope Displaying The Contractor’s License Number, Except Bids Submitted Electronically Which The Contractor May Submit An Authentic Digital Signature On The Electronic Bid Proposal Accompanied By The Contractor’s License Number. It Is Highly Recommended That The Envelope Be Sealed And Displays Legibly On The Exterior, The Following: 1. Addressed To The Owner 2. Name Of The Project 3. Contractor’s Name And Address 4. Sealed Bid Enclosed Official Bid Documents Can Be Downloaded From Central Bidding At Www.centralbidding.com. Electronic Bids And/or Reverse Auction Bids Can Be Submitted At Www.centralbidding.com. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. No Project Contract Documents Will Be Provided By The Architect Or Owner. Bid Prices Shall Specifically Exclude Any And All Taxes Whatsoever. Act 1029 Of 1991 Exempts’ Local Governments From State And Local Tax Effective September 1, 1991. Bid Prices Shall Include Any Shipping Charges, If Applicable. Each Bid Shall Be Accompanied By A Bid Security Of Not Less Than Five (5%) Percent Of The Total Bid Amount. Said Amount Shall Be In The Form Of A Bid Bond, Certified Check, Or Cashier’s Check Drawn On A Bank Insured By The Federal Deposit Insurance Corporation Payable To The Lafourche Parish School Board. The Successful Bidder Shall Be Required To Furnish The Owner With A Performance Bond For 100% Of The Contract Amount Prior To The Issuance Of A Contract To Perform The Work. No Bid May Be Withdrawn For A Period Of 45 Days After Receipt Of Bids. The Time Of Completion Of This Project Is Prime Importance. All Of The Work Required Shall Be Completed In Within Three Hundred (300) Calendar Days From The Notice To Proceed. Should The Contractor Neglect, Refuse To Complete The Work Or Obtain Approval From The State Fire Marshal’s Office For Occupancy On The Date Above, The Owner Shall Have The Right To Deduct From And Retain Out Of Such Moneys Which May Be Due Or Which May Become Due And Payable To The Contractor, As Scheduled In The Instruction To Bidders, For Each And Every Day That Such Completion Of The Work Is Delayed Beyond The Prescribed Dates, As Liquidated Damages And Not As A Penalty. If The Amount Due And To Become Due From The Owner To The Contractor Is Insufficient To Pay In Full Any Such Liquidated Damages, The Contractor Shall Pay The Owner The Amount Necessary To The Effect Such Payment In Full. Provided, However That The Owner Shall Promptly Notify The Contractor In Writing Of The Manner The Amount Retained, Deducted, Or Claimed As Liquidated Damages Was Computed. Bids Must Be Submitted On The Louisiana Uniform Public Works Bid Form Furnished With The Bidding Documents. Bid Sheets Will Be Issued Only To Contractors And/or Subcontractors Licensed In Accordance With The Provisions Of R.s. 37:2150 Through 2173 Of The Louisiana Legislature. Contractors Desiring To Bid Shall Submit Their Louisiana Contractor’s License Number As Evidence That They Hold A License For Building Construction That Is In Full Force And Effect. A Mandatory Pre-bid Conference Will Be Held On Wednesday, January 22, 2025 At 10:00 Am, Located At The Project Site, Lafourche Parish School Board Marian Fertitta, President Jarod Martin, Superintendent Advertising Dates: First Advertisement: January 10, 2025 Second Date: January 13, 2025 Third Date: January 21, 2025
City Of San Pedro Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 199.8 K (USD 3.4 K)
Details: Description The City Government Of San Pedro, Laguna Invites Interested Parties To Quote For The Following Item/s As Per Request City Architect’s Office: Quantity Unit Item Description Relocation And Topographic Survey Of Sampaguita Farm, San Pedro City Laguna 1 Lot Relocation Survey Area : 4,180 Sq - Preparation Of Master Plan Of The Parcel That Shows The Relative Position Based On The Computed Coordinates. - Conduct Of Actual Field Observation For The Relocation Survey, Wherein The Survey Shall Be Tied From Bllm Or Blbm, Verify Existing Monument And Use Them As Common Point, And Missing Corner Shall Be Relocated Based From These Monument. - Installation Of Concrete Monument For Individual Lots With The Use Of Standard Concrete Cylindrical Monument. - Preparation Of Relocation Plan For Lot Surveyed Duly Signed And Sealed By A Licensed Geodetic Engineer. - Pinpointing Of All Monumented Lot Corners On The Ground To Client/representative. 1 Lot Topographic Survey Area : 4,180 Sq - Mapping And Topographic Survey Shall Be Conducted To Determine The Actual Ground Terrain. - Contour Interval Shall Be 1.0 Meter. - Preparation Of Report And Topographic Map. Forms Can Be Obtained From The Bac Secretariat February 26, 2025 From 8:30am To 5:00pm. Deadline For Submission Of Canvass Is On March 3, 2025 Along With The Following Requirements For Accreditation Purposes: 1. Letter Of Intent Addressed To The Bac Chairman Requesting For Accreditation 2. Dti Business Name Registration Or Sec Registration Certificate; 3. Valid And Current Mayor’s Permit/municipal License; 4. Certified Copy Of Vat Registration Certificate Showing The Taxpayer Identification Number (tin); 5. Latest Tax Certificate (executive Order No. 398); 6. Philgeps Certificate Of Registration; 7. Audited Financial Statements, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Immediately Preceding Calendar Year, Showing The Bidder’s Total And Current Assets And Liabilities. 8. Statement Of The Bidder That It Is Not “blacklisted” Or Barred From Bidding By The Government Or Any Of Its Agencies, Officers, Corporations Or Lgus, Including Non-inclusion In The Consolidated Blacklisting Report Issued By The Gppb; 9. Latest Income Tax Return With Bir Acknowledgement Receipt 10. Credit Limit Certificate Issued By The Bank 11. Sketch Of The Company Location And 3r Size Photos Showing The Office/plant, Number And Street. 12. Company Profile The Contract Will Be Awarded To Qualified Bidders Whose Bid Proposal Appears To Be The Most Advantageous And Responsive To The Lgu-san Pedro, In Accordance With The Revised Irr Of Ra 9184 And The Agency's Judgment And Discretion, But Not In No Way Bound To Accept The Lowest Bid Or Any Bid Proposal Which In Its Judgment Are, In The Ultimate Analysis, Not Advantageous To The Government. Term Of Payment Is Thirty (30) Days Upon Final Acceptance Of Items. Bids Submitted After The Prescribed Deadline Shall No Longer Be Accepted. Only Accredited Suppliers May Secure Official Request For Quotation Form From The Bac Secretariat. Participating Duly Licensed Suppliers/ Manufacturers/ Distributors/contractors Must Submit The Officially Prepared Request For Quotation Form With Legibly Typed /printed Price Quotations Unto The Space Provided Opposite The Item Description Of The Request For Quotation Form, Signed And Sealed Into An Envelope To The Bac Secretariat/twg, City Of San Pedro, Laguna. The City Government Of San Pedro, Laguna Reserves The Right To Accept Or Reject Any Or All Bids, To Annul The Canvassing Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier Or Suppliers, Or To Award Such Bid To The Supplier Whose Bid Is Considered Most Advantageous To The Government.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date28 May 2025
Tender AmountRefer Documents
Details: Rfp Is Attached this Is A Presolicitation Notice. A Request For Proposal (rfp) Will Be Posted On Or About 04/28/2025. The Requirement Is To Design And Build To Expand The Temporary Shoring & Safety Measures For Parking Garages, Project 629-25-100, For The Southeast Louisiana Veterans Healthcare System, New Orleans, La 70119. Rfp# 36c25625r0084 The Design/build (db) Contract Shall Produce Architectural Plans And Specifications For Va Approval Prior To Proceeding To Construction. The General Contractor Shall Subcontract The Preparation Of Construction Documents To A Registered Architect-engineer (ae). The Ae Shall Base The Design To The Va Issue Preliminary Design Plan, Coordinate, And Collaborate With The Va Requirements. See Draft Scope Of Work (sow) Attached. This Procurement Will Be Issued As A 100% Set-aside For Service-disabled Veteran-owned Small Businesses (sdvosb) Through Rfp Procedures Under Far 15 And Other Far Parts And Subparts As Applicable. Naics Code 236220 Is Applicable To This Rfp And The Small Business Size Standard Is $45m. The Construction Cost Range For This Project (magnitude Of Construction) Is Between $100,000.00 And $250,000.00. The Tentative Date For Issuing The Rfp Is On Or Around 04/28/2025, With First Phase Proposals Due Approximately 30 Calendar Days Later On-or-around 05/28/2025 (the Rfp Will State The Exact Time/date That Proposals Are Due). The Rfp Number For This Project Is 36c25625r0084. The Rfp Will Be Posted And Can Be Downloaded (without Charge) From The Sam.gov Website. Amendments To This Rfp Will Not Be Mailed But Will Be Posted At The Sam.gov Website. Offerors Are Responsible For Obtaining The Rfp (and Associated Documents/attachments) From The Sam.gov Website And For Acknowledging All Amendments To The Rfp. It Is The Responsibility Of All Interested Offerors To Check The Sam.gov Website As Necessary For Any Amendments To The Rfp (to Include The Day Proposals Are Due). Interested Offerors Are Asked To First Read Over The Rfp And All Its Associated Attachments/documents In Their Entirety Prior To Forwarding Any Questions To The Contracting Officer. A Cut-off Time/date For Receipt Of Questions Will Be Established And Listed In The Rfp As Well As A Time/date For The Scheduled Site Visit. Evaluations Will Be Conducted On The First Phase Proposals Received And The Contractors Determined To Be The Highest Rated Will Receive A Second Phase Proposal. There Will Be No Site Visits During The First Phase Process. Only One Site Visit Will Be Conducted During The Second Phase Solicitation Period And No Requests For Additional Site Visits Or Make-up Site Visits Will Be Granted. Offers Must Be Good For 120 Days From Solicitation Closing Date. The Contract Performance Period Is 150 Calendar Days After Issuance Of The Notice To Proceed. Location Of The Work Is At The Southeast Louisiana Veterans Healthcare System, 2400 Canal Street, New Orleans, La 70119. The Contractor Shall Provide All Labor, Materials, Tools, Equipment, Expertise, Administration, Supervision Transportation And Anything Else Necessary To Perform All Work As Described In Project Scope Of Work, Drawings, And Specifications In Accordance With Vaar 819.7003 Eligibility, At The Time Of Submission Of A Proposal, The Offeror Must Represent To The Contracting Officer That It Is A Sdvosb Concern, That It Is A Small Business Concern Under The Naics Code Assigned To The Acquisition, And That It Is Verified For Eligibility In Sba Vetcert Database On The U.s. Small Business Administration Website (https://veterans.certify.sba.gov/). Sdvosb Concerns Must Also Be Registered In The System For Award Management (sam) Database. Information On The Sba Vetcert Registry Can Be Found At Https://veterans.certify.sba.gov/ . Information On Sam Registration Can Be Found At Sam.gov | Home.
St Bernard Parish Government Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date1 Apr 2025
Tender AmountRefer Documents
Details: Advertisement For Bids St. Bernard Parish Government Department Of Public Works State Of Louisiana Sealed Bids Will Be Received Until The Hour Of 2:00 P.m., On Tuesday, April 1, 2025, At The St. Bernard Parish Government Department Of Public Works, 1125 E. St. Bernard Highway, Chalmette, Louisiana, And Opened At 2:00 P.m., At Which Time They Will Be Publicly Read, For Furnishing All Supervision, Labor, Materials, Equipment, Etc., And Performing All Work Necessary For: St. Bernard Parish Government St. Bernard Parish Sheriff’s Office Headquarters, Exterior Waterproofing Renovations To Be A Valid Delivery, Sealed Bids Must Be Delivered Electronic By Central Bidding Or By Hand To St. Bernard Parish Government Department Of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana During The Normal Business Hours Of 8:30 A.m. To 4:30 P.m. Monday Through Friday On Or Before 2:00 P.m., Tuesday, April 1, 2025. Sealed Bids Delivered To Any Other St. Bernard Parish Government Location Or Other Room Number Prior To The Bid Receipt Deadline Will Not Be Considered. This Project Consists Of Furnishing All Supervision, Labor, Equipment, And Materials Necessary To Repair And Renovate The St. Bernard Parish Sheriff’s Office Headquarters Located At 2 Courthouse Square In Chalmette, Louisiana. Each Bid Must Be Accompanied By A Certified Check, Cashier's Check Or Bid Bond Acceptable To The Owner In The Amount Equal To At Least Five Percent (5%) Of The Total Amount Bid And Payable Without Condition To The Owner As A Guarantee That The Bidder, If Awarded The Contract, Will Promptly Execute A Contract In Accordance With All Terms And Conditions Of The Contract Documents. A Pre-bid Conference Will Be Held On Tuesday, March 18, 2025 At 10:00 A.m., At The St. Bernard Parish Government Department Of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana. All Bidders And Sub-contractors Are Encouraged To Attend. The Drawings And Specifications Are On File And Open For Inspection At The St. Bernard Parish Government Department Of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana, And May Be Secured From The Office Of Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1b, Metairie, La 70001 (phone: (504) 885-9892) By Only Licensed Contractors Upon Payment Of $75.00 For A Hard Copy Set And/or A Non-refundable Fee Of $25.00 For An Electronic Set On Compact Disc. Deposits On The First Set Of Documents Furnished Bona Fide Prime Bidders Will Be Fully Refunded Upon Return Of The Documents No Later Than Ten (10) Days After Receipt Of Bids. On Other Sets Of Documents Furnished To Bidders The Deposit Less Actual Cost Of Reproduction Will Be Refunded Upon Return Of The Documents No Later Than Ten (10) Days After Receipt Of Bids. Questions About This Procedure Shall Be Directed To The Architect/engineer. Bids May Also Be Viewed And Submitted Online At Www.centralauctionhouse.com. St. Bernard Parish Government Is An Equal Opportunity Employer. St. Bernard Parish Government Also Encourages All Small And Minority-owned Firms And Women’s Business Enterprises (dbe’s, Including Mbe’s, Wbe’s And Sbe’s) To Apply. /s/hillary J. Nunez, Jr. Hillary J. Nunez, Jr. Director Department Of Public Works
DEPT OF THE AIR FORCE USA Tender
Security and Emergency Services
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents
Details: Amendment 02,issued 12 February 2025, Is Hereby Issued To Incorporate The Questions Received Pertaining To This Contract Opportunity And The Government Responses (answers). Refer To The Attached Q&a Document "243205_rfq Q And A_20250212". Interested Respondents Are Reminded That The Rfq Response Deadline Is20 February 2025 By 3:00pm Pt.all Other Provisions And Requirements Of The Rfq Remain Unchanged And In Effect. amendment 01, Issued 03 February 2025, Is Hereby Issued To Update The Questions And Answers Deadline From 31 January 2025 By 3:00pm Pt To 07 February 2025 By 3:00pm Pt Due To Technical Issues. Questions Pertaining To This Rfq Shall Be Emailed To The Project Email At 243205bldg13330firesuppressionrepair@groups.af.mil, The Contracting Officer At Meghann.applebay@spaceforce.mil, And The Contract Specialist At Shelby.cordts@spaceforce.mil. Please Note: Any Questions Previously Sent To The Project Email Must Be Resent.the Rfq Response Deadline Is Hereby Extended From 14 February 2025by 3:00pm Pt To 20 February 2025 By 3:00pm Pt. Rfq Responses Shall Be Emailed To The Project Email At 243205bldg13330firesuppressionrepair@groups.af.mil, The Contracting Officer At Meghann.applebay@spaceforce.mil, And The Contract Specialist At Shelby.cordts@spaceforce.mil.all Other Provisions And Requirements Of The Rfq Remain Unchanged And In Effect. project: Xumu 24-3205 fire Control System Study At Visiting Officer’s Quarters (voqs) request For Qualification (rfq) For Architectural And Engineering Services
vandenberg Space Force Base, California vandenberg Space Force Base (vsfb) Has A Need For Architectural And Engineering (ae) Services To Produce An Engineering Study Report In Accordance With Department Of The Air Force Instruction (dafi) 32-1020, Planning And Programming Built Infrastructure Projects, And With The 30th Civil Engineer Squadron (30 Ces) In Developing A Complete And Usable Engineering Study Report As A Result Of Onsite Investigation That Evaluates The Existing Fire Alarm And Notification Systems At The Visiting Officer’s Quarters At Vandenberg Space Force Base (vsfb). The Ae Firm Shall Investigate And Research The Current Situation And Provide An Engineering Solution In Accordance With The Attached Statement Of Work (sow) And All Applicable Attachments, Codes, Standards, Laws, And Regulations That Pertain To This Project. the 30th Contracting Squadron (30 Cons) Intends To Issue A Request For Proposal (rfp) To One (1) Ae Firm For Project Xumu 24-3205, Fire Control System Study At Visiting Officer’s Quarters (voqs) On Or About 04 April 2025. The Award Is Contemplated As A Total Small Business Set-aside. The Contract Will Be A Negotiated, Firm-fixed-price Contract. The Following North American Industry Classification System (naics) Code Applies To This Rfq: 541330, Engineering Services. The Size Standard For This Naics Code Is $25.5m. Drawings, Cost Estimates, Specifications, Calculations, And All Other Deliverables Required Under This Acquisition Shall Be Completed Within 264 Calendar Days After Date Of Award, Unless Otherwise Agreed Upon With The Government Project Manager And Contracting Officer. all Respondents Are Advised That In Accordance With 10 U.s.c. 7540, 8612, And 9540, The Contract Price For The Preparation Of Designs, Plans, Drawings, And Specifications Shall Not Exceed Ten (10) Percent Of The Project's Estimated Construction Cost. Design Limitation Costs Will Be Provided To The Most Highly Rated Ae Firm Selected To Complete The Design, When Applicable. The Estimated Magnitude For Construction (not Design) Of This Project Is Between $1,000,000 And $2,000,000. this Acquisition Will Be Procured Pursuant To The Requirements In Federal Acquisition Regulation (far) Part 15, Contracting By Negotiation And Far Part 36, Construction And Architect - Engineer Contracts. All Potential Respondents Are Reminded That In Accordance With Far 52.204-7, System For Award Management (sam), Lack Of Registration In The Sam Will Make A Respondent Ineligible For Contract Award. request For Qualifications: this Request For Qualifications (rfq) Shall Not Be Mistaken For A Request For Proposal. In Accordance With Far Part 36.702, Interested Ae Firms Shall Submit An Sf330, Architect-engineer Qualifications, For Government Evaluation By The Rfq Deadline. Sf330 Information Shall Be Provided Per The Latest Format From The Gsa Library Located At Https://www.gsa.gov/forms-library/architect-engineer-qualifications. All Sections Of The Sf330 Must Be Completed. all Completed Sf330s Received By The Rfq Deadline Will Be Evaluated By The Government. Failure To Provide Requested Data May Negatively Impact A Respondent 's Rating Or Determine The Respondent Non-responsive.in Accordance With Far Part 36.6, Architect-engineer Services, And Based On The Sf330s And Responses To Rfq Evaluations, Only The One (1) Ae Firm Considered To Be The Most Highly Qualified After Review And Discussions Of The Minimum Requirements/evaluation Factors Will Be Eligible To Receive The Rfp. evaluation Factors: in Accordance With Far Part 36.602-1, Selection Criteria, Potential Ae Firms Will Be Evaluated Based On The Following Selection Criteria: (1)professional Qualifications Necessary For Satisfactory Performance Of Required Services. complete This Evaluation Factor Using Section E And Section G Of The Sf330. Submit Personal Resumes And Relevant Information For Key And Responsible Personnel. Section E Shall Be Not More Than One (1) Page In Length Per Individual, And Not More Than Fifteen (15) Total Pages.evaluation Of Professional Qualifications Will Include But Is Not Limited To The Objective Assessment Of The Ae Firm’s Individual Personnel Resumes. The Recommended Professional Qualifications For Satisfactory Performance Of The Required Services Are Defined As Professional Qualifications In (but Not Limited To): Program Manager, Project Manager, Mechanical Engineer, Fire Protection Engineer, Civil Engineer, Electrical Engineer, Registered Communications Distribution Engineer, Planner, Engineering Technician, Draftsman, Technical/specifications Writer, Cost Estimator, Scheduler, Contract Admin, And Clerical. Anticipated Project Tasks For The Referenced Disciplines Are Similar To Those Listed At Https://www.wbdg.org/design-disciplines/planning. the Ae Firm Shall Ensure That Only Qualified, Competent Personnel Carry Out The Tasks Outlined In This Sow. Qualified, Competent Personnel Is Defined As A Registered Professional Or, Where Registration Is Not Applicable, Trained, And/or Certified In Their Respective Field. All Tradesmen Performing Work In A Trade Which Has A California Ae’s License Available Shall Be Licensed Or Under The Direct Supervision Of A Tradesman Licensed In The Trade Being Performed. Failure To Provide Sufficient Data Supporting Professional Qualifications May Negatively Impact An Ae Firm’s Rating. (2)specialized Experience And Technical Competence, Within The Past Five (5) Years, In The Type Of Work Required, Including, Where Appropriate, Experience In Energy Conservation,pollution Prevention,waste Reduction, And The Use Ofrecovered Materials. complete This Evaluation Factor By Providing Five (5) Example Projects Using Section F Of The Sf330, Limited To Two (2) Pages Per Project. Narratives Shall, When Possible, Be Supported With Illustrations Or Photographs Of Completed Projects, With No More Than Three (3) Additional Pages Of Supporting Illustrations Or Photographs. specialized Experience Pertains To The Types, Size, Volume, Budget, And Complexity Of Work Previously Or Currently Being Performed By The Ae Firm That Is Comparable To The Work To Be Performed Under This Project’s Scope Of Work. Specialized Experience May Also Include Unique Conditions, Considerations, Or Circumstances Encountered That Are Relevant To This Rfq. Specialized Experience Does Not Include Overseas Offices For Projects Outside The United States, Its Territories, Or Possessions; Nor Does It Include Subsidiaries That Are Not Normally Subject To Management Decisions, Accounting, And Policies, Or A Holding Or Parent Company Or An Incorporated Subsidiary That Operates Under A Firm Name Different From The Parent Company.technical Competence Includes Construction And Design Projects Similar In Project Scope, Size, Construction Features, Dollar Value, And Complexity Of That Listed In This Rfq. Similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Outlined In This Sow. Specific Emphasis Of Experience And Technical Competence Shall Be Geared Toward Engineering Design For Secure Renovation Of Buildings, Or Similar. Ae Firms Unable To Demonstrate Proven Specialized Experience And Technical Competence May Be Considered Non-responsive Or Scored Negatively. (3)capacity To Accomplish The Work In The Required Time. complete This Evaluation Factor Using Section H Of The Sf330. Provide A Narrative That Describes The Ae Firm’s Work Capacity. Narrative Shall Be No More Than One (1) Page In Length.the Ae Firm Shall Provide A Brief Summary Of Its Past, Present And Projected Future Workload Over The Previous 12 Months, Through Fiscal Year 2025. The Ae Firm Shall Describe The Capacity To Incorporate This Project’s Scope Of Work While Meeting Prescribed Dates For Current Workload. (4)past Performance, Within The Past Five (5) Years,on Contracts With Government Agencies And/or Private Industry In Terms Of Cost Control, Quality Of Work, Compliance With Performance Schedules, Communication, Satisfactory Project Management, And Subcontract Management, If Applicable. complete This Evaluation Factor Using Section H Of The Sf330 Describing The Ae Firm’s Past Performance On The Five (5) Example Projects Identified In Section (2) Of This Rfq. The Summary Sheet Shall Be No More Than Two (2) Pages In Length Per Example Project. Submit Past Performance Data Of Example Projects In Narrative Format That Highlight Cost Control, Quality Of Work, Compliance With Performance Schedules, And Satisfactory Project Management. the Narratives Of Example Projects Must Show Contract Number, Issuing Agency, Project Name, A Current Point Of Contact (including Telephone And Email Information); Project Scope, Size, And Location; Design Fees, Total Number Of Modifications Or Change Orders Issued During Performance Of Project; Date Of Project Completion, Construction Cost Estimate, Principal Design Elements And Features; Complexity Of The Job, Challenges Faced And Actions Taken; And The Resolution And Results Of Any Challenges Faced. If Known, List The Construction Contract Award Price, And The Total Number Of Construction Contract Modifications/change Orders And Their Total Value. cpars Data Or Past Performance Questionnaires (ppq) Must Be Provided For All Example Projects Submitted Under This Section. Failure To Provide Requested Data, Accessible Points Of Contact Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. If Relevant Cpars Evaluation(s) Are Available, Report(s) Shall Be Submitted With The Completed Sf330 Package. Cpars Reports And Ppqs Are Not Considered Part Of The Page Limitations For This Section. If There Is Not A Completed Cpars Evaluation, The Ppq Template, Included With This Notice, Is Provided For The Respondent Or Its Team Members To Submit For Each Project Included In Criterion (2). Official Cpars Evaluation(s) Found In In Government Databases Will Take Precedence. Completed Ppqs Should Be Submitted With Your Sf330. past Performance Will Be Evaluated On Recent And Relevant Contracts With Government Agencies Or Private Industry. Recent Is Defined As Performance Occurring Within Five (5) Years Of The Date Of This Notice. Relevancy Is Defined As Performance Of Work On Projects That Are Similar In Scope To The Types Of Projects Anticipated Under The Resultant Contracts. Respondents With No Previous Past Performance Shall State This When Addressing The Selection Criteria. respondents Are Notified That The Government May Use Sources Of Information Such As, But Not Limited To The Contractor Performance Assessment Reporting System (cpars) To Determine A Respondent’s Relevant Experience And Past Performance As Part Of This Evaluation. The Evaluation Of Past Performance Will Include But Is Not Limited To: The Customer’s Assessment Of The Respondent 's Quality Of Work; Record Of Conforming To Contract Requirements And Applicable Codes, Standards, Laws, And Regulations; History Of Satisfactory Project Management And Collaboration With The Customer; Addressing Design Errors/omissions Timely; And Adherence To Approved Schedules. Evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Contracting Officer Knowledge Of Current Project Performance. Failure To Demonstrate Proven Competence To Perform Design Services Similar In Scope And Complexity To This Acquisition May Be Considered Ineligible For Award. (5)location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project. complete This Evaluation Factor Using Section H Of The Sf330. Provide A Narrative That Describes The Respondent’s Experience With Developing Designs For Secure Facilities/buildings Renovations Located In California. Narrative Shall Be No More Than One (1) Page In Length. Respondents Will Be Objectively Evaluated Based On Their Knowledge And Familiarity (and The Knowledge Of Subcontractors) With Applicable Codes, Standards, Laws, And Regulations, That Pertain To This Project. If Prior Experience In California Is Minimal Or Unavailable, Describe How The Design Team Plans To Obtain Specific Knowledge Of Local Conditions Or Project Features Required For A Compliant Design. Data From Other Projects And Locations Are Acceptable To Highlight Knowledge Of Applicable Codes, Standards, Laws, And Regulations, That Pertain To This Project.higher Ratings May Be Given For Prior Experience Working On Vandenberg Space Force Base. evaluation Factors Page Limitations: factor 1: Professional Qualifications sf330 Section:e, G page Limit: E: 1 Page Per Individual, Maximum 15 Pages, G: No Limit factor 2: Specialized Experience sf330 Section: F page Limit: 2 Pages Per Project, Plus 3 Pages Of Supplementary Illustrations And Photographs Per Project factor 3: Capacity sf330 Section:h page Limit: 1 Page factor 4: Past Performance sf330 Section:h page Limit: 2 Pages Per Project (no Page Limit On Cpars Or Ppqs) factor 5: Location sf330 Section:h page Limit: 1 Page *note: There Is No Cumulative Page Limit notice To Potential Respondent(s): funds Are Not Presently Available For This Effort. No Award Will Be Made For This Effort Until Funds Are Available. The Government Reserves The Right To Cancel This Acquisition, Either Before Or After The Deadline For Receipt Of Sf330s. In The Event The Government Cancels This Acquisition, The Government Has No Obligation To Reimburse A Respondent Of Any Cost. questions And Answers: questions Regarding This Post Must Be Emailed To The Team Email Address At 243205bldg13330firesuppressionrepair@groups.af.mil No Later Than 31 January 2025 By 3:00pm Pt; Responses To All Questions Received Will Be Added To The Sam.gov Post On Or About 07 February 2025. Only Questions Related To The Rfq And Project Requirements Will Be Addressed; Questions Regarding Details Of The Resulting Rfp Will Not Be Answered. rfq Response Due Date: responses To This Rfq Must Be Emailed To The Team Email Address At 243205bldg13330firesuppressionrepair@groups.af.mil No Later Than 14 February 2025 By 3:00pm Pt. Late Responses Will Not Be Considered For Further Elevation. note: It Is The Responsibility Of All Potential Respondents To Monitor These Sites For Release Of Any Future Notices And/or Release Of Amendments. General Inquiries Regarding This Notice May Be Emailed To The Team Email Address At 243205bldg13330firesuppressionrepair@groups.af.mil. Please Note That Due To Increased Firewall Protections, Some Emails May Be Blocked; Therefore, A Follow-up Call To The Contracting Officer At 805-605-2465 (if An Acknowledgement Is Not Received Via Email) Is Highly Recommended To Ensure Receipt Of Your Submission By The Government.
1751-1760 of 2071 archived Tenders