Architect Tenders

Architect Tenders

Lafourche Parish School District Tender

Others
Corrigendum : Closing Date Modified
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 No Bid May Be Withdrawn For A Period Of 45 Days After Receipt Of Bids.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

DEPT OF THE AIR FORCE USA Tender

Security and Emergency Services
Corrigendum : Closing Date Modified
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.

Lafourche Parish School District Tender

Civil And Construction...+1Civil Works Others
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents 
Details: Legal Notice Advertisement For Bids Sealed Bids Will Be Received By The Lafourche Parish School District Until 2:00 Pm On Tuesday, February 11, 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 Hurricane Ida Repairs To Bayou Blue Middle School Gymnasium. 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: Addressed To The Owner Name Of The Project Contractor’s Name And Address Sealed Bid Enclosedofficial 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 Within One-hundred (100) 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 Non-mandatory Pre-bid Conference Will Be Held On January 29, 2025 At 10:00am At The School Located At 196 Mazerac St. Houma, La. 70364. Lafourche Parish School Board Ray Bernard, President Jarod Martin, Superintendent Advertising Dates: First Advertisement: January 9,2025 Second Date: January 16, 2025 Third Date: January 23, 2025

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: Introduction (previously Posted Under Sources Sought Notices 36c24125r0008 And 36c24125r0051) network Contracting Office 1 (nco 1), Supporting Va New England Healthcare System (visn 1) And The Va Boston Healthcare System (hcs) Is Seeking Potential Sources For An Upcoming Requirement As Described In The Attached Statement Of Work For The Project; Upgrade Visn 1 Laundry Building 45. This Notice Is Not A Request For Proposals. This Notice Is A Market Research Tool And Has Not Been Set-aside For Any Small Business Category, However The Notice Is Issued To Determine Appropriate Set-aside Categories. Responses To This Notice, In Conjunction With Other Government Market Research Resources, Will Be Used By The Contracting Officer To Determine The Applicable Socio-economic Set-aside For The Procurement. nco 1 Looks Forward To Interest Of Well-qualified New Entrants To Contracting With The Veterans Health Administration Including The Interest Of Sb And Wosb Contractors And Especially Responses From Verified Sdvosb/vosb Firms. This Notice Is Published To Conduct Market Research To Determine If There Is A Sufficient Number Of Verified Sdvosb S, Vosb S, Wosb S And Sb S Capable Of Performing The Requirements. All Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On The Appropriate Set-aside. Failure To Submit All Information Requested Will Result In A Contractor Not Being Considered As An Interested Sdvosb, Vosb Or Sb Concern. If Adequate Interest Is Not Received This Action Will Not Be A Set-aside. once The Appropriate Set-aside Is Determined, A Separate Public Announcement Requesting Bids Or Proposals Will Be Publicized On Sam.gov Contract Opportunities In Accordance With 40 U.s. Code § 1101 And Far 36.601. The Solicitation Is Estimated To Be Released In March 2025. general Project Description, Magnitude, And Naics the Va Boston Hcs In Brockton, Ma, Requires A Contractor To Provide All Labor, Equipment, Materials And Supervision For The Renovation And Improvements Of The Visn 1 Laundry, Building 45 For Veterans Affairs Medical Center, Brockton, Massachusetts In Accordance With Contract Documents. the Renovation Includes Selective Demolition Of All Existing Mechanical, Electrical And Plumbing (mep) Systems, Selective Demolition Of Existing Finishes, Doors, Structural Slab, And Other Existing Items. The Renovation Also Includes The Construction Of Structural Improvements, Doors, Electrical Systems, Hvac Systems, Plumbing Systems, Start-up Of Previously Installed Elevator By Renovating Associated Electrical And Mechanical Components, And Interior And Exterior Finishes. In Addition To The Renovation, The Improvements To Building 45 Include Ensuring Exterior Envelop Around Doors, Windows, And Stair Towers Along With Any Penetrations Are Sealed Properly. Moreover, Renovation Includes Construction Of A Service Platform And Stairs For Dedicated Emergency Generator System. The Focus Of The Project Is To Provide Structural Slab Repairs And Replacement To Sustain Required Laundry Equipment Loads And Vibrations. this Project Also Requires Specialized Personnel, With Specified Experience, To Assist In The Cqc System Manager For The Following Areas, As Applicable: Electrical, Mechanical, Civil, Structural, Environmental, Architectural, Materials Technician Submittals Clerk, Commissioning Agent/leed Specialist, And Low Voltage Systems. These Individuals Or Specified Technical Companies Are Directly Employed By The General Contractor And Cannot Be Employed By A Supplier Or Subcontractor On This Project; Be Responsible To The Cqc System Manager; Be Physically Present At The Construction Site During Work On The Specialized Personnel S Areas Of Responsibility; Have The Necessary Education Or Experience In Accordance With The Experience Matrix Listed Herein. These Individuals Can Perform Other Duties But Need To Be Allowed Sufficient Time To Perform The Specialized Personnel S Assigned Quality Controls Duties As Described In The Cqc Plan. A Single Person Can Cover More Than One Area Provided That The Single Person Is Qualified To Perform Qc Activities In Each Designated And That Workload Allows. experience Matrix area qualifications civil graduate Civil Engineer Or Construction Manager With 2 Years Experience In The Type Of Work Being Performed On This Project Or Technician With 5 Years Related Experience. mechanical graduate Mechanical Engineer With 2 Years Experience Or Construction Professional With 5 Years Of Experience Supervising Mechanical Features Of Work In The Field With A Construction Company. electrical graduate Electrical Engineer With 2 Years Related Experience Or Construction Professional With 5 Years Of Experience Supervising Electrical Features Of Work In The Field With A Construction Company. structural graduate Civil Engineer (with Structural Track Or Focus), Structural Engineer, Or Construction Manager With 2 Years Experience Or Construction Professional With 5 Years Experience Supervising Structural Features Of Work In The Field With A Construction Company. architectural graduate Architect With 2 Years Experience Or Construction Professional With 5 Years Of Related Experience. environmental graduate Environmental Engineer With 3 Years Experience. submittals submittal Clerk With 1 Year Experience. concrete, Pavement, And Soils materials Technician With 2 Years Experience For The Appropriate Area. testing, Adjusting, And Balancing (tab) specialist Must Be A Member Of Aabc Or An Experienced Technician Of The Firm Certified By The Nebb. design Quality Control Manager registered Architect Or Professional Engineer the Estimated Magnitude Of This Construction Project Is Between $5,000,000.00 And $10,000,000.00. This Information Is Provided Per Vaar 836.204. The Naics Code Is 236220 And The Small Business Size Standard Is $45 Million. information Sought a) Sam Unique Entity Id (uei) b) Bonding Capability; Per Contract And Aggregate. Provide Amount Of Aggregate Bonding Currently Available (i.e., Amount Not Committed). c) Experience. Submission Of A Maximum Of Three (3) Recent And Relevant Examples Of Completed Or Substantially Completed (eighty Percent (80%)) Projects Between $5,000,000.00 And $10,000,000.00, Of Similar Scope To The Upgrade Visn 1 Laundry Building 45 Project. relevant Experience Shall Include Repair And Strengthening Of Existing Heavy Load-bearing Reinforced Concrete Structural Elements (such As Beams, Columns, Slabs, And Foundations) And Structural Framing In Already Completed Building, Cast In Place Concrete (to Include Footing, Pier And Foundation Installation), Reinforced Cmu Wall Installation, Concrete Beam Enlargement, Epoxy Injection Crack Repair, Slab Repair, Underside Slab Repair, And All Other Work Similar In Scope. recent Is Defined As Completed Within The Last Five (5) Years. submission Instructions interested Firms Shall Hold An Active Sam Registration. Visit Https://sam.gov/ To Register In This Database. Sdvosb Or Vosb Firms Shall Be Certified By The Veterans Small Business Certification (vetcert) At Https://veterans.certify.sba.gov/. all Information Must Be Submitted In Sufficient Detail For A Decision To Be Made. Failure To Submit All Information Requested May Result In A Contractor Not Being Considered As An Interested Concern. If Adequate Interest Is Not Received By 4:00 Pm Est On January 31, 2025, This Action May Not Be Set-aside For Sdvosbs, Vosbs, Wosbs, Or Small Business Firms. Interested Firms Must Reply Via E-mail To Alexis.duda@va.gov, Kyle.kiepke@va.gov, And Heather.libiszewski-gallien@va.gov With The Subject Attention: 36c24125q0207 - Upgrade Visn 1 Laundry Building 45 . disclaimer this Sources Sought Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Request That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Notice.

Offizielle Bezeichnung Kreis Offenbach FD Geb Udewirtschaft Tender

Civil And Construction...+2Civil Works Others, Building Construction
Germany
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Description: Public tender (service) object planning of outdoor areas in accordance with §§ 38 ff. Hoai, service phases 5-9 - Ricarda-Huch-Schule, Dreieich The Ricarda-Huch-Schule in Dreieich-Spendlingen is a high school which is being expanded to a 6-stream school with a new extension. In this procedure, planning services for the object planning of outdoor areas in accordance with §§ 38 ff. Hoai Lph 5-9 as well as special services are to be awarded. The Ricarda-Huch-Schule (RHS) in Dreieich-Spendlingen, Breslauer Strasse, is a 5-stream high school with an upper school and has developed into a 6-stream school in recent years. Around 1,300 students currently attend the Rhs. The additional classroom requirement is currently being covered by a container system. A comprehensive feasibility study was carried out for the expansion of the Rhs. Various variants were considered; the expansion as an extension of the main building and the expansion of the administration will be realized. The current school open spaces must be revised and restructured. The architects and the other specialist planners (ta, Tw) have already been selected via a tendering process and have started work. Service phases 1-4 of the outdoor area planning have also already been completed. The office previously involved is free to apply for this process. Scope of services: Outdoor area planning services in accordance with Sections 38 ff Hoai, service phases 5-9 Project schedule: An office is sought which can begin further processing immediately after being commissioned. Start of construction expected at the end of 2026, completion and commissioning expected at the end of 2027. Project costs: According to the current status, the eligible costs amount to approximately 1.1 million euros net for the Kg 500.

Lafourche Parish School District Tender

Civil And Construction...+1Civil Works Others
United States
Closing Date7 Jan 2025
Tender AmountRefer Documents 
Details: Legal Notice Advertisement For Bids Sealed Bids Will Be Received By The Lafourche Parish School District Until 10:00 Am On Tuesday, October 15, 2024, Thursday November 7, 2024 At Its Office Located At 701 East Seventh Street, Thibodaux, Louisiana, At Which Time Bids Will Be Publicly Opened And Read-aloud For The _golden Meadow Middle Modular & Building 3/6 Demolition, 630 South Bayou Drive, Golden Meadow, La 70357. 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: Addressed To The Owner Name Of The Project Contractor’s Name And Address 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 Within Ninety (90) 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 Instructions 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 Non-mandatory Pre-bid Conference Will Be Held At 10:00 Am On Tuesday, October 1, 2024 Tuesday, October 22, 2024; At The Project Site (golden Meadow Middle School - Addresses Above) Lafourche Parish School Board Valerie Bourgeois, President Jarod Martin, Superintendent Advertising Dates: First Advertisement: 9/17/2024 Second Date: 9/24/2024 Third Date: 10/1/2024

POSTAL SERVICE USA Tender

Civil And Construction...+1Civil Works Others
United States
Closing Date17 Feb 2025
Tender AmountRefer Documents 
Details: The Facilities Construction R&a East Cmt Of The United States Postal Service Is Soliciting Proposals For A Roof Replacement Project, At The United States Postal Service Owned P&dc 1000 Centre Way, Charleston, Wv 25309-9426, Kanawha County. Please See Attached Summary Of Work. the Estimated Cost Of The Work Is Between $7,000,000.00 - $7,500,000.00; With Construction Completion No Later Than (270) Calendar Days After Receipt Of The Notice To Proceed. The Solicitation Will Open 1.17.2025 On Usps Esourcing Coupa (see How To Participate Below) And Close On 2.17.2025. a Pre-proposal Meeting For This Project Will Be Held On 2.5.2025 At 1030a. Attendance Is Not Mandatory But Is Strongly Recommended. Technical Inquiries Are To Be Addressed To Jeremy Duncan, Architect/engineer, Roth Brothers, At 540-333-4562, Or The Usps Project Manager, Joshua Boots At 724.553.7431. the Postal Service Bases Contract Award Decisions On Best Value. The Postal Service Is More Concerned With Making An Award At The Lowest Overall Price Than With Obtaining Superior Technical Or Management Features. However, The Postal Service May Not Necessarily Make An Award At The Lowest Price In Order To Achieve A Small Price Savings If Better Value Can Be Achieved With Superior Technical Or Management Features. The Benefits Of A Higher Priced Proposal May Merit A Higher Price. Minimum Requirements: Technical Evaluation Plan: Sections Include Eligibility, Bonding Information, Financial Condition & Capability, Supplier Capability And Past Performance. The Technical Evaluation Plan Will Be Assessed And Scored On A Scale Of 100 Points. Solicitation Attachment 11 Contains The Scoring Breakdown. Price Proposal: Signed Offer And Award (page 1), Schedule Of Values (see Erfx Excel Attachment), Schedule Of Unit Prices (if Applicable), And Schedule Of Alternates (if Applicable). Affirmation Of Contract Terms & Conditions. Terms & Conditions: Acknowledgement Of Solicitation Amendments (if Applicable), Solicitation Provision F-202: Key Personnel; Provision 4-3: Representations And Certifications (section A., B., E.); Provision 9-1: Equal Opportunity Affirmative Action Program; And Provision F-401: Authorized Negotiators. Form Vets-4212 documentation Is Required. If You Are Not Registered With Department Of Labor Report System, You Must Register On The Dol Website At: Https://www.dol.gov/vets/vets4212.htm And Provide Proof Of Registration. Bonding: Contractor Must Have The Ability To Obtain 100 Percent Performance And Payment Bonds For This Project Within Seven (7) Calendar Days Of Receipt Of A Notice Of Intent To Award. Contractor Will Be Responsible For Coordination Of All Work In A Manner That Will Not Interfere With Operations And Coordinate All Work Related To This Phased Project With The Facility Manager Or Designee. Note: Successful Offeror Will Be Required To Submit A Sub-contracting Plan And Project Specific Safety Plan Acceptable To The Usps Contracting Officer Before A Notice To Proceed (ntp) Is Issued. the Successful Offeror Will Be Bound By The Contractor's Screening Requirements. Offerors Must Familiarize Themselves With The Requirements Of Clause F-102. How To Participate In The Opportunity All Proposals Must Be Submitted Online In Usps Esourcing Coupa (supplier Registration (usps.com) ). Usps Esourcing Coupa Is A Web-based Electronic Solicitation Platform. If Your Organization Wishes To Participate In This Solicitation, Please See The Attached Coupa Registration Instructions. If You Have Any Questions On The Registration Process, Contact Ryan Price At Ryan.d.price@usps.govonce You Complete The Registration Process, The Postal Service Will Review The Entry Within Seven (7) Business Days To Ensure It Is Complete And Accurate. Upon Approval, You Will Be Notified Via E-mail Of Your Log-in Credentials. Each Organization Must "accept" The Invitation In Order To Place A Bid In Coupa. Any Required Documentation May Be Attached To Your Bid After Submitting Total Dollar Amount Of Bid In Coupa.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents 
Details: Sources Sought the Togus Veterans Affairs Medical Center (vamc) In Accordance With The Veterans Affairs Maine Healthcare System Has A Requirement For A Firm-fixed-price Contract To Provide Professional Architect And Engineering (a/e) Design Services To Develop Complete Drawings, Specifications, Cost Estimates, Construction Period Administration Services, And Site Visits Associated With The Following Objectives: the Government Is In Need Of Repairing A Deteriorating Condensate Pump Room Roof In The Basement Of Building 201. this Design Must Consider The Need For All Condensate Pumps To Remain In Operation During The Construction Period. this Requirement Consists Of Concrete Testing And Design For Temporary Shoring, Abatement (if Necessary), Demolition Of Existing Concrete And Rebar, Concrete Forming, New Concrete, And Sealant. the Design Must Include Detailed Plans On How To Support All Existing Utilities Currently Within The Ceiling Which Include Multiple Pipes, Electrical Conduits, Lights, Etc. the North American Industry Classification System (naics) Code Is 541330 And The Small Business Standard Is $25.5 Million. Any Interested Service-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), And Small Business (sb) Must Indicate Interest For This Project, In Writing, To The Contracting Specialist No Later Than February 11, 2025, At 4:30 Pm Est Via E-mail To Andrew.merical@va.gov. to Qualify As Interested In This Project, Information Pertaining To The Following Six (6) Components Must Be Submitted In Response To This Notice On Or Before February 11, 2025, At 4:30 Pm Est: statement Of Intent That A Proposal Will Be Submitted To The Solicitation For This Project, Which Said Statement Of Intent Shall Include The Company S System For Award Management Unique Entity Identifier (sam Uei) Number; verification Through Vetcert And/or The Small Business Administration (sba) Veteran Small Business Certification (vetcert) As An Sdvosb Or Vosb Under The Naics Code 541330, If Applicable; evidence Of A/e Experience With Projects Primarily Located Within A Medical Facility Setting, With A Construction Magnitude Of $250,000.00 Or More. (please Provide Contract Descriptions, Contract Dollar Amounts, And Telephone Numbers For Points Of Contact No Photographs); evidence Of A/e Experience Developing A Phasing Plan Focused On Minimizing Demolition And Construction Impacts To The Medical Facility; evidence Of The Company S Ability To Perform At Least Fifty Percent (50%) Of This Requirement In Accordance With Far 52.219-14: Limitations On Subcontracting; And proof Of Professional Liability Insurance Required To Cover The Monetary Amount Of This Project. all Six (6) Components Must Be Submitted, In Sufficient Detail, Prior To The Designated Deadline For A Determination On Available And Interested Sdvosbs, Vosbs, And Sbs. Failure To Submit Each Of The Six (6) Components, As Identified Above, Will Result In A Contractor Not Being Considered As An Interested Sdvosb, Vosb, Or Sb. if Adequate Interest Is Not Received To This Notice By Sdvosbs, Vosbs, And/or Sbs, Then This Project Will Not Be Set-aside. As Indicated Above, Interested Businesses May Reply To This Notice Via E-mail To Andrew.merical@va.gov. businesses Must Be Registered In The System For Award Management (sam). To Register In The Sam Database, Visit Www.sam.gov. Sdvosbs Or Vosbs Must Also Be Verified By The Center For Veteran Enterprise (cve). please Note That All Attachments Listed Within The Sow Will Be Made Available For Viewing During The Solicitation Period. this Sources Sought Notice Was Prepared And Considered In Accordance With Far 5.203, Far 5.204, And Far 5.207, Information For Future Acquisitions. disclaimer: This Source Sought Notice Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Notice Is Marked As Proprietary And Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Notice.

Diocese Of Houma Thibodaux Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents 
Details: Sealed Bids Will Be Received By The Diocese Of Houma-thibodaux On Behalf Of And For The Benefit Of St. Charles Borromeo Church At The Diocese Of Houma-thibodaux Pastoral Center, 2779 Highway 311, Schriever, La 70395, Until 3:00 Pm, Thursday, February 6, 2025, At Which Time All Bids Will Be Opened And Read Aloud. For: Hurricane Ida Damage Repairs To St. Charles Borromeo Catholic Church Interior Restoration Building “a” – Church, Administration & Rectory 1985 Highway 308, Thibodaux, La 70301 Owner’s Project Number: Pacs-1-925 Architect's Project Number: 2201c The Estimated Probable Construction Cost For The Base Bid For This Project Is $550,000.00. Bids Shall Be Submitted In Accordance With La R.s. 37:2163, 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 Each Bid Shall Be Enclosed In A Sealed Envelope And Displaying Legibly On The Exterior, The Following Information: 1. Address To Owner: The Roman Catholic Church For The Diocese Of Houma-thibodaux, On Behalf Of And For The Benefit Of The Congregation Of St. Charles Borromeo Catholic Church, 2779 Highway 311, Schriever, La 70395 2. Name Of Project: Hurricane Ida Damage Repairs To St. Charles Borromeo Catholic Church – Interior Restoration Building “a” Church, Administration & Rectory, 1985 Highway 308, Thibodaux, La 70301 3. Contractor’s Name: 4. Contractor’s Address: 5. Contractor’s License #: 6. Include The Words: “sealed Bid Enclosed” Bid Documents Will Be Posted On Www.centralbidding.com. To View, Download, And Receive Bid Notices By E-mail, You Will Have To Register With Central Auction House (cah). Vendors/contractors Will Have The Option To Submit Their Bids And Bid Bonds Electronically Or By Paper Copy. Electronic Bids Can Be Submitted At Www.centralbidding.com . Contact Central Bidding At (225)810-4814 Concerning Any Questions About This Process. Any Bids Received After The Above-mentioned Time Will Be Returned Unopened. All Bids Shall Be Accompanied By Bid Security For Bids Exceeding $100,000 In An Amount Of Five Percent (5%) Of The Sum Of The Base Bid And All Alternates (no Bid Security Required For Bids Under $100,000). The Form Of Security Shall Be As Stated In The Instructions To Bidders Included In The Bid Documents For This Project. The Successful Bidder Will Be Required To Furnish A Performance And Payment Bond Written By A Company Licensed To Do Business In Louisiana In An Amount Equal To One Hundred Percent (100%) Of The Contract Amount. A Mandatory Pre-bid Conference Will Be Held At The Site, In The Administration Conference Room At 3:00 Pm On Thursday, January 23, 2025. Bids Shall Be Accepted From Contractors Who Are Licensed Under La. R.s. 37:2150-2192 For The Classification Of “building Construction”. Bidder Is Required To Comply With The Provisions And Requirements Of La. R.s. 38:2212(b)(5). No Bid May Be Withdrawn For A Period Of Thirty (30) Days After Receipt Of Bids, Except Under The Provisions Of La. R.s. 38:2214. The Owner Reserves The Right To Reject Any And All Bids For Just Cause. In Accordance With La. R.s. 38:2212(b)(1), The Provisions And Requirements Of This Section; And Those Stated In The Bidding Documents Shall Not Be Waived By Any Entity. When This Project Is Financed Either Partially Or Entirely With State Bonds Or Financed In Whole Or In Part By Federal Or Other Funds Which Are Not Readily Available At The Time Bids Are Received, The Award Of This Contract Is Contingent Upon The Granting Of Lines Of Credit, Or The Sale Of Bonds By The Bond Commission Or The Availability Of Federal Or Other Funds. The Owner Shall Incur No Obligation To The Contractor Until The Contract Between The Owner And Contractor Is Fully Executed. Advertise January 7, 2025 / January 15, 2025 / January 23, 2025

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date2 Jan 2025
Tender AmountRefer Documents 
Details: Notice Of Intent To Sole Source—ae Management And Inspection (m&i) Services For The 3rd & 4th Floor Laboratories this Notice Is Being Published In Accordance With Federal Acquisition Regulation (far) Subpart 5.101 Requiring The Dissemination Of Information On Proposed Contract Actions. This Is A Notice Of Intent To Award A Sole-source Contract. The Statutory Authority For This Sole-source Procurement Is Far 6.302-1, “only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements.” the General Services Administration (gsa) Intends To Award A Firm Fixed Price (ffp) Sole-source Contract To N.k. Bhandari, Architecture & Engineering, P.c., 1020 7th North Street Suite 130, Liverpool, Ny 13088-6192, Wudxf35lumn6 For Ae M&i Services For The 3rd & 4th Floor Laboratories Renovation, Harvey W. Wiley Federal Building, College Park, Md 20740. the North American Industry Classification System (naics) Code For This Requirement Is 541330, Engineering Services And A Size Standard Of $25.5 Million. The Object Of This Sole Source Award Is To Have Architect/engineer Management And Inspection Services To Support The Forthcoming Procurement And Resulting Construction Contract For The Renovations Of The 3rd & 4th Floor Laboratories At The Harvey W. Wiley Federal Building. Services Shall Include Contract Administration And Some Quality Assurance Inspection. Nkb Was Chosen Because They Are The Original Creator Of The Design Plans, Design Narrative, And Would Have The Most Insight Regarding Rfis, Questions, Concerns, Recommendations Or Substitutions From The General Contractor. The Construction Project Has An Estimated Contract Award Of April 2025. a/e Objectives: the A/e Shall Support The Gsa Project Manager By Providing Recommendations To Ensure The Project Goals And Objectives In The Dbb Contractor’s Sow Are Met. The A/e Will Not Be Tasked With Making Any Final Decisions Or Reviews/approvals On Behalf Of The Federal Government. Decisions During Construction Will Be Based On Meeting Or Exceeding The Following Project Objectives. To Be Considered Successful, The Work Must Achieve The Following Objectives: adhere To The Objectives In The Construction Services Scope Of Work With Gsa establish And Maintain Positive Relations With The Tenant(s) Agency Personnel, Public Authorities, Jurisdictions And Neighborhood ensure A Safe Work Environment During Construction For Workers And Authorized Visitors On The Construction Site manage The Completion Of The Project With The Spirit Of Partnering And Without Litigation provide Timely Reports And Communications At All Levels To All Stakeholders provide Viable Cost Saving Or Cost Reduction Alternatives When Possible ensure That All Sensitive Documents Are Handled, Distributed, Archived And Destroyed According To Established Project Procedures verify That The Design And Construction Adheres To All Design And Construction Codes And Quality Requirements ensure The Construction Schedule Meets Established Contract Dates follow All Security Requirements In The Delivery Of This Project ensure All Work Complies With Industry Quality Standards ensure That The Construction Adheres To The Construction Documents And Specifications Developed In The Design Phase Of The Contract this Notice Is Not A Request For Competitive Proposals Nor A Solicitation Of Offers. All Interested And Responsible Sources May Submit A Capability Statement If They Believe They Can Meet The Above Requirement, Which Shall Be Considered By The Agency. Capability Statements Must Be Received By The Response Date And Time Of This Notice. Written Responses Must Include Sufficient Information To Establish Capability To Fulfill The Requirement. Submissions Will Be Reviewed To Determine If They Can Meet The Requirement. A Determination By The Government To Compete This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. No Formal Solicitation Package Is Available. The Government Will Not Be Responsible For Any Costs Of Preparation In Response To This Announcement. responses Shall Be Submitted Via Email By 01/02/2025 At 2:00 Pm To Contract Specialist, Lashawn Lee At Lashawn.lee@gsa.gov And Contracting Officer, Tracy Parker At Tracy.parker@gsa.gov.
611-620 of 705 archived Tenders