Building Construction Tenders

Building Construction Tenders

FOREST SERVICE USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date15 Mar 2025
Tender AmountRefer Documents 
Details: Amendment 001. The Purpose Of Amendment 001 Is To Open The 2025 Srs Shortlist Call For Qualifications. This Is For The Period Of 05/01/2025 Through 04/30/2026. *2024 Participants Need To Re-certify Their Sf330 Is Correct And Accurate ( 2025 Region 8 Srs Shortlist Ae Pool Renewal Certification Form Attached) But Do Not Resubmit A Complete Package. ** New Applicant Shouls Complete The Package Issues In 2025/2026 For The Remaining Two Years. update: 08 Mar 2024 / 1000 Et Virtual Contractor Townhall #2 -see Attachment For Link To The Virtual Townhall. This Will Provide The Opportunity To Ask Questions Regarding The Process Or Specifics On Completing The Sf-330. update: 25 Jan 2024 1400et Virtual Contractor Townhall. See Attachment For Link To The Virtual Townhall. This Will Provide Information On The Sf330 Review Process And How The Process Works For Project Selection. what And Where Is The Short Selection Database Used For? the Forest Service May Utilize The Short Selection Database To Award Architect-engineer (a&e) Contracts, Below $250,000, In All States Included Within The Usda Forest Service Srs, Pnw, And Iitf Footprints, (including The States/territories Of: Alabama, Alaska, Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, Nebraska, North Carolina, Oklahoma, Oregon, South Carolina, Tennessee, Texas, Virginia, And Washington State, Puerto Rico, And U.s. Virgin Islands). Acquisition Support Is Provided From Srs Headquarters Located In Asheville, Nc And All Files Will Be Located At The Srs Headquarters. the Database Contains All The Qualified, Interested Ae Firms That Respond To This Notice For Consideration For Future Approved Projects Falling Within The North American Industry Classification System (naics) Codes Indicated. Examples Of Some Of The Types Of Work Includes But Is Not Limited To (approximately 73 Awards Over The Previous 3 Years): naics Total Awards Total Value 541310 7 $588,300.85 541320 1 $3,400.00 541330 49 $4,329,993.76 541350 1 $5,201.82 541360 1 $94,043.53 541370 8 $243,637.50 541620 2 $109,102.01 541690 1 $57,753.00 541990 1 $32,547.00 replacements, Bridges, Roads, And Trails surveying (construction And Property) construction Inspection/safety Inspections Of Roads, Bridges Under Fp-14 And State Laws design Of Repairs To Small Dams And Impoundments laboratory Repairs And Renovations review And Design Of Hvac Systems Upgrades green Building Construction And Certification Consultation historic Preservation renovations To Improve Energy Efficiency And Address Safety Concerns design Of Small Warehouses And Offices energy Audits And Studies design Of Photovoltaic And Other Renewable Energy Systems review And Design Of Electrical Systems drafting Services overall Facility Condition Assessments geotechnical Investigation, And Environmental (rcra, Cecrla, Cwa, Etc.) Investigations, Reviews, Inventories, Audits, And Coordination Of Rcra And Other Waste Disposal. there Is An Average Of 100 Firms Listed In Our Database Each Year. On An Annual Basis, An Average Of Twenty Requirements Are Expected To Be Executed Using This Database, Throughout All States Covered. what Is The Short Selection Process? the Short Selection Process Utilizes The Procedures Set Forth In Federal Acquisition Regulation (far) Part 36.602-5. For A&e Projects With An Estimated Total Fee Under The Simplified Acquisition Threshold (currently $250,000) Agencies May Review Current Data Files For Eligible Ae Firms, Perform A Technical Review And Evaluation To Determine The Three (3) Most Highly Qualified Firms, And Have Discussions With The Three (3) Firms To Determine The Best Qualified Firm For That Project. A Price Proposal Will Then Be Requested From The Highest Technically Rated Firm. If A Reasonable Price Cannot Be Negotiated, Discussions Will Be Held With The Second-best Qualified Firm, And So On. Ae Data Files Will Be Maintained By State And Naics Code. The Ae's Ability To Provide Licensed Professionals In The State/territory Where The Project Is Located (far 36.602-1(a)(1) And The Firm's Geographic Proximity And Knowledge Of The Local Area (far 36.602-1(a)(5)) As Identified On The Ae's Sf330 And Supplemental Information, Will Be Used For The First Preliminary Screening Of Firms When A Large List Of Potential Firms Exists. large Businesses Should Not Respond. All Acquisitions Utilizing This Short Selection Database Shall Be Set-aside For Small Business Concerns. The Database Is Set Up With Filters For State, Zip Code, Naics Codes, Small Business Size, And Small Business Socio-economic Classification. the Due Date Is Listed Below; Sf330s Are Valid For One Year From The Date Of Notification That Your Firm Has Been Added To The Short List Database. Firms Are Encouraged To Update Their Data Annually By Responding To This Announcement. However, The Forest Service Will Retain Previously Submitted Data For A Period Of Three Years. Ae Firms Currently On The Shortlist Will Be Retained On The New Shortlist Unless The Ae Firm’s Data Has Not Been Resubmitted Within Three Years, Or The Ae Firm Responds To The Contracting Officer That They No Longer Wish To Be Included. what Does My Firm Need To Submit To Determine Eligibility And Receive Consideration For Future Ae Projects? submittals Shall Be Brief And Concise. Only The First Fifty (50) Pages Of Your Response Will Be Retained. The Initial Review Will Determine If A Firm Is Minimally Qualified To Do Work For The Federal Government As Described In The Synopsis. After Initial Evaluation, Minimally Qualified Firms Will Be Listed In The Short Selection Database And The First 50 Pages Of Their Submittal Package Placed On File. as Specific Projects Arise, The Short Selection Database Will Be Used To Pull A List Of Qualified Firms That Can Perform The Needed Work At The Specific Location. At That Point, The Submittal Package For Those Specific Firms Will Be Pulled From The File And Used To Perform A Technical Review As Described In The Synopsis. the Company Submittal Shall Include The Following Information: cover Letter Should Be Included With All Other Data. The Letter Should Outline The Work Your Firm Specializes In And Include A Brief Description Of Your Firm's Capabilities Specifically Relating To The Project Examples Stated Above. 1 Page Limit – Not Included In 50-page Limit. attachment A - A&e Submittal Cover Sheet. A-e Firms Do Not Need To Cover All Locations Nor Do They Need To Perform All Naics. Attachment A -a&e Submittal Cover Sheet Allows An Ae Firm To Select Which Location They Can Cover And Which Naics They Are Able To Perform. 2 Pages - Not Included In 50-page Limit. system For Award Management (sam) Record. A Copy Of Your Current And Active Sam Registration Is Required For Award Of Federal Contracts And To Be Considered For Project Work. All Naics Codes Listed On The A&e Submittal Cover Sheet Must Be Listed On Your Sam Record. Contractors May Register In Sam At Www.sam.gov. Registration Is Free Of Charge To All Government Contractors. - Not Included In 50-page Limit. attachment B - Sf330, Parts 1 And 2 (6 Pages). Part 2 Of The Sf330 Includes A List Of The Number Of Licensed Professionals And The States Of Their Licensing For Each Of The Function Codes Identified In Block 9 Of Part 2 Of The Sf330. Https://www.gsa.gov/forms-library/architect-engineerqualifications. 50-page Limit Applies. This Includes The Primary Firm And Their Partners/subcontractors. design Fee Limitations. in Accordance With Federal Acquisition Regulation (far) 15.404 4(c)(4)(i)(b), Fees For Design Services Cannot Exceed 6% Of The Estimated Construction Cost Amount. See Attachment C For Information On Some Specific Services Subject To/not Subject To The 6% Fee Limitation. This List Is Not Meant To Be All Inclusive. Please Note: Far 36.602-1(a) Requires “professional Qualifications Necessary For Satisfactory Performance Of Required Services” But Does Not Specifically Require That A License Be Held In Every State Included In This Requirement. However, The Respondent Should Be Familiar With Requirements Specific To The Different Locations And Be Available To Travel To The Location For Any Necessary Site Visits. submittal Information/deadlines. deadline: Submittals Must Be Received On 15 Mar 2024 By 1200 P.m. Anchorage, Alaska Time. addressing: All Submittals Will Be Pdf Format And Emailed. The Subject Line Of Your Email Shall Read: 12445124r0001_company Name_sf330_submittal how To Submit: Submittals Will Be Emailed To Cynthia.granderson@usda.gov With A Cc: Steven.alves@usda.gov the Contracting Officer Reserves The Right To Onboard Additional Ae Firms As Part Of Maintaining The Short Selection Database. The Database Will Be Refreshed On An Annual Basis Via Additional Announcements On Beta.sam.gov. Questions Related To This Announcement Shall Be Referred To Steven Alves At Steven.alves@usda.gov participating Usda States And Forests. Firms Are Encouraged To Visit The Participating Unit Websites To Gain Further Insight Into Their Potential Unique Requirements For Engineering And Design Work: southern Research Station (srs) - Https://srs.fs.usda.gov/locations/ pacific Northwest Research Station (pnw) - Https://www.fs.usda.gov/research/pnw international Institute Of Tropical Forestry (iitf) - Https://www.fs.usda.gov/main/iitf southern Region, Region 8 - Https://www.fs.usda.gov/main/r8 alaska Region, Region 10 - Https://www.fs.usda.gov/main/r10 contact Information contracting Office Address daniel Boone National Forest 1700 Bypass Road winchester, Ky 40391 primary Point Of Contact cynthia Granderson cynthia.granderson@usda.gov 601-965-1619 secondary Point Of Contact steven Alves steven.alves@usda.gov 859-334-0524

Bank Of Baroda - BOB Tender

India
Closing DateNA
Tender AmountINR 2.3 Million (USD 26.5 K)
Description: Auction Sale Of Residential(individual House) Property 0.77 Ares Of Residential L Building Under Construction In Re.sy.no.319 By 1, Poonithura Village, Kanayannur Taluk At 0.77ares Of Res.lbldg Under Const. In Re.sy.no.319 By 1, Poonithura Villageponnurunni

Salares City Hall Mayor& 39 S Office Tender

Spain
Closing Date1 May 2026
Tender AmountEUR 8.3 Million (USD 8.6 Million)
Description: Construction Of Building For Tourist Infrastructure On Axarquía Street, In Salares

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS CEBU 7TH DEO Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Tender Amount Updated
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 96.4 Million (USD 1.6 Million)
Description: Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities, Constructio , Construction Projects ,department Of Public Works And Highways - Cebu 7th Deo

Municipal Patronate Of Housing And Urbanism Of The Municipality Of Salamanca EPE PMVU Tender

Spain
Closing Date1 Apr 2025
Tender AmountEUR 2.1 Million (USD 2.2 Million)
Description: Contracting of the ten-year insurance policy for damage to the building of the construction works of 48 protected homes, 1 premises, 48 storage rooms and 48 garages, between the streets Maragatería, Puebla de Sanabria and Villalpando de Salamanca

The Building Economy Of Lemgo Tender

Germany
Closing DateNA
Tender AmountRefer Documents 
Description: To the tender 'campsite Lemgo - gas station building - gutting and shell construction work'

Geb Udewirtschaft Lemgo Tender

Germany
Closing DateNA
Tender AmountRefer Documents 
Description: Lemgo campsite - gas station building - gutting and shell construction work

FARM PRODUCTION AND CONSERVATION BUSINESS CENTER USA Tender

Real Estate Service
Corrigendum : Closing Date Modified
United States
Closing Date31 Mar 2025
Tender AmountRefer Documents 
Details: Sam Advertisement Modification 3 (06/17/2024) the Sam Advertisement Dated 11/22/2023, And Further Modified By Sam Advertisement Modification 2 Dated 02/20/2024, And Sam Advertisement Modification 1 Dated 02/16/2024, Is Hereby Deleted In Its Entirety And Replaced With The Following In Order To Change Square Foot And Parking Requirements And Provide Language Clarification Throughout The Advertisement For A Clearer Understanding In The Market. united States Department Of Agriculture (usda) Seeks To Lease The Following Space: state:delaware county:sussex County city:georgetown delineated Area: north: Beginning At The Intersection Of Us-13 (sussex Highway) And De-36/ De-16 (beach Highway/ Main Street/ Milton-ellendale Highway) Ending At De-5 (union Street); east: Beginning At The Intersection Of De-16 (milton-ellendale Highway) And De-5 (union Street/ Federal Street/ Harberson Road/ Indian Mission Boulevard) And De-24 (john J. Williams Highway); south: Beginning At The Intersection Of De-5 (indian Mission Boulevard) And De-24 (john J. Williams Highway) To De-5/ De-24 (main Street/ Washington Street/ Laurel Road) To De-30/ De-24 (millsboro Highway) To De-24 (laurel Road) Ending At The Intersection Of De-24 (laurel Road) And Us-13 (sussex Highway); west: Beginning At The Intersection Of De-24 (laurel Road)/ Us-13 (sussex Highway) Ending At The Intersection Of Us-13 (sussex Highway) And De-16 (beach Highway). minimum Sq. Ft. (aboa):10,384 Aboa Sf Minimum, Consisting Of: 7,206 Aboa Sf Minimum For Usda Service Center 3,178 Aboa Sf Minimum For Nrcs Partner Space maximum Sq. Ft. (aboa):10,903 Aboa Sf Maximum, Consisting Of: 7,566 Aboa Sf Maximum For Usda Service Center 3,337 Aboa Sf Maximum For Nrcs Partner Space rentable Square Feet (rsf):not To Exceed 11,941 Rsf, Consisting Of: not To Exceed 8,286 Rsf Of For Usda Service Center not To Exceed 3,655 Rsf Of For Nrcs Partner Space space Type:general-purpose Office And Related Space total Parking:seventy-four (74) gov Surface/ Outside Reserved Parking Spaces:six (6) Reserved, On-site Surface Parking Spaces For Official Government Vehicles Owned Or Leased On Behalf Of The Government Or Privately Owned Vehicles Designated For Official Use In Performance Of The Government’s Mission. These Spaces Shall Be Located Within The Secured/ Fenced Parking/ Ware Yard. See “additional Requirements” For Secured/ Fenced Parking/ Ware Yard. producer/ Visitor Surface/ Outside Reserved Parking Spaces:twenty-six (26) Reserved, On-site Surface Parking Spaces For Privately Owned Producer And/or Visitor Parking. the Parking Lot Shall Have Pull-through Capabilities And Shall Not Be Obstructed By Adjacent Building(s), Structure(s), And/or Tenants’ Usage. parking Shall Be Within A Maximum Walking Distance Of 300-feet Of The Public Entrance Of The Building. two (2) Of The Producer/ Visitor Surface Parking Spaces Shall Be Large Enough To Accommodate Large, Oversized, Farm-type Vehicles With Trailers. These Space Should Be In Addition To The Pull-through Parking Requirement. employee Surface/ Outside Non-reserved Parking Spaces:forty-two (42) Non-reserved Parking Spaces For Privately Owned Government Employee Use. These Parking Spaces Shall Either Be “on-site” Or “off-site” Not Exceeding A Walkable ¼ Mile (1,320 Feet) Of The Employee Entrance Of The Building. full Term:up To Thirteen (13) Years (156-months) firm Term:the Firm Lease Term Period Shall Be Made Effective With A Final Lease Amendment Establishing Full Beneficial Occupancy Following The Government Acceptance Of Space In Accordance With The Lease. ten (10) Years (120-months) Usda Service Center no Firm Term For Nrcs/partner Space termination Rights: usda Service Center – 120-days In Whole Or In Parts After Expiration Of The Firm Lease Term. nrcs Partner Space – 120-days In Whole Following Lease Award. option Term:none tenant Improvements:tenant Improvement Allowance additional Requirements: square Feet May Reflect Non-usda Partners Where Nrcs Provides Workspace To Partners Through Agreement. 5,000 Sf Secured/ Fenced Parking/ Ware Yard secured/ Fenced Parking/ Ware Yard Will House Six (6) Government Owned/ Leased Vehicles And Evse Equipment. The Size And Configuration Of The Secured/ Fenced Parking/ Ware Yard Shall Be Sufficient To Allow For Maneuverability Without Obstruction By Adjacent Building(s), Structure(s), Or Fencing. for Ease Of Access To Government Owned/ Lease Vehicles And For Security Purposes, The Secure/ Fenced Parking/ Ware Yard Shall Be On-site And Adjacent To The Building, But Not Exceeding 25-walkable Feet From The Government Employee Entrance Of The Building, May Be Located On- Or -off The Parking Lot/area, Shall Be Fenced With Operable Gates, And Shall Not Obstruct Or Impede Any Pull-through Requirements As Per The Lease And/ Or Any Local Municipal Code. the Secured/ Fenced Parking/ Ware Yard Will House A Locked Exterior Storage Building Measuring Approximately 12’-0” X 15’-0” (approximately 180 Square Feet). two (2) Dual-port, Level 2 Electric Vehicle Supply Equipment (evse) Charging Stations Shall Be Installed. The Lessor Shall Be Required To Provide Infrastructure Only To Support Government Owned/ Leased Vehicles And Installed Evse’s Including Power/ Wiring, Site Pad(s), Bollards, And Signage). the Space Offered, Its Location, And Its Surrounding Areas Must Be Compatible With The Government’s Intended Use. the Space Offered Shall Not Be Located Within 300-feet Of Residential Areas. the Space Offered Shall Be In A Professional Office Environments Or Surroundings With A Prevalence For Modern Design And/or Tasteful Rehabilitation In Modern Use. the Space Offered Will Not Be Considered Where Any Living Quarters Are Located Within The Building. space Shall Not Be Adjacent To A Tenant Or Business Whose Primary Operation Is The Sale Of Alcoholic Beverages, Where Firearms Are Sold And/or Discharged, Or Where Tenants Related To Drug Treatment Or Detention Facilities Are Located. subleases Are Not Acceptable. first Floor Space Is Preferred. Office Space Must Be Contiguous, On One Floor. If Space Offered Is Above The Ground Level, Then At Least One (1) Accessible Elevator Will Be Required. the Government Will Have Access To The Space 24-hours A Day, 7-days A Week. Normal Hours Of Operation Are Monday Through Friday 6:00 Am – 6:00 Pm (excluding Saturdays, Sundays, And Federal Holidays). offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. a Fully Serviced Lease Is Required. offered Space Shall Not Be In The 0.2-percent-annual Chance Floodplain (formerly Referred To As “500-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. expressions Of Interest Due:tuesday, July 30, 2024 market Survey (estimated):tbd occupancy (estimated):within 120-days Of The Government’s Issuance Of Notice To Proceed (ntp) Of Tenant Improvements. note: Entities Not Currently Registered In The System For Award Management (sam) At Sam.gov, Are Advised To Start The Registration Process As Soon As Possible If Intending To Submit An Offer For Possible Lease Award. send Expressions Of Interest To: name/title:shannon Schoening, Usda Lease Contracting Officer email Address:shannon.schoening@usda.gov name/ Title:heather Schmitt, Usda Lease Contracting Officer email Address:heather.schmitt@usda.gov expressions Of Interest Shall Include The Following: refer To Project Number 57-10005-24-nr In Expressions Of Interest Response. if Offeror Is Not The Owner Of The Building, An Authorization Letter Signed By Owner To Represent Owner For Property Will Be Required.* brokers Submitting Properties Must Show Authorization From The Property Owner To Submit Property On Behalf Of The Property Owner; This Can Include, But Is Not Limited To A Listing Agreement, Letter From The Property Owner Authorizing The Broker To Submit The Property, Purchase/ Sale Agreement, Option, Etc.* photos Of The Space Or Site Being Submitted, Or Permission For Market Survey Participants To Photograph The Space Or Site. for Existing Buildings, Download From Sam.gov And Complete Lease Market Survey Form For Existing Building, Ms-2991, In Its Entirety. if Existing Building, Include Building Name And Legal Address (as Reflected On Deed), The Location Of Available Space Within The Building, Along With Building Site/ Lot Plans, Interior Layout Drawings/ Pictures (with Dimensions Shown) Reflecting The Space(s) That Are Being Offered. for New Construction Properties, Where A Land Site Is Proposed, Download From Sam.gov And Complete The Land Market Survey Form In Its Entirety. if New Construction, Site/aerial Plans Or Building Site/lot Plans Showing The Location Of The Proposal Land, Along With The Parcel Number (if Part Of Multiple Parcels, All Parcel Numbers Associated With The Proposed Land). Adjacent Streets Showing Proposed Ingress/egress Shall Be Shown On The Plans. for Both Existing Buildings And New Construction, Rentable Square Feet (rsf) And Ansi/boma Office Area (aboa) Square Feet To Be Offered. for Both Existing Buildings And New Construction, Proposed Fully-served Rate Per Square Foot, Estimated Operating Expenses – Fully Serviced, And Any Proposed Concessions, Free Rent, Or Abatement That May Be Included In Your Proposal. for Both Existing Buildings And New Construction, Amount Of/type Of Parking Available On-site. If Parking Is Not Available On-site, Provide A Map Showing The Location(s) Of Parking Requested In The Advertisement. If Parking Will Be Offered On A Land/site/property/location Not Under The Offeror’s Control, An Authorization Letter Signed By The Land/site/property/location Owner To Present The Land/site/property/location To The Government As An Expression Of Interest Will Be Required. for Both Existing Buildings And New Construction, The Date Of Space Availability. for Existing Buildings, Provide Information On Condition Of Building Systems, Roof, Foundation, And Current Floor Plan. Alternatively, Provide A Copy Of A Recent Commercial Building Inspection Or Appraisal. confirmation That Offered Space Meets Or Will Be Made To Meet Architectural Barriers Act Accessibility Standards (abaas). confirmation That Offered Space Meets Or Will Be Made To Meet Seismic Safety Standards, As Applicable. confirmation That Offered Space Meets Or Will Be Made To Meet Fire Protection & Life Safety Requirements. for New Construction Or Properties Requiring Expansion Of The Footprint Of The Building, Confirmation That Offered Space Meets Or Will Be Made To Meet National Environmental Protection Act Of 1969 (nepa) Requirements. *as Mentioned In Numbers 2 And 3 Above, Any Submission Received Without Written Authorization To Represent Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received. In Cases Where An Agent Is Representing Multiple Entities, Written Acknowledgement/permission From Each Entity To Represent Multiple Interest Parties For The Same Submission Must Be Submitted Prior To The Expressions Of Interest Due Date. government Contact Information in No Event Shall The Offeror Enter Into Negotiations Or Discussion Concerning The Space To Be Leased With Any Federal Agency Other Than The U.s. Department Of Agriculture Lease Contracting Officer Or Their Authorized Representative Indicated Below: lease Contracting Officer:shannon Schoening lease Contracting Officer:heather Schmitt ---------------------------------------- sam Advertisement Modification 2 (02/20/2024) deleted In Its Entirety And Replaced By Sam Advertisement Modification 3 (06/17/2023). ------------------------------------------------------------------------------------------------------------------ sam Advertisement Modification 1 (02/16/2024) deleted In Its Entirety And Replaced By Sam Advertisement Modification 3 (06/17/2023). ------------------------------------------------------------------------------------------------------------------ sam Advertisement (11/22/2023) deleted In Its Entirety And Replaced By Sam Advertisement Modification 3 (06/17/2023).

Mayor Of The Cervo City Council Tender

Spain
Closing Date11 Mar 2025
Tender AmountEUR 9.9 Million (USD 10.3 Million)
Description: Partial Demolition Of Building Structure Under Construction Na Atalaia, San Cibrao, Concello De Cervo

DEPT OF THE ARMY USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents 
Details: The Transatlantic Middle East District (tam) Is Seeking Experienced Contractors Capable Of Performing A Design-bid-build (dbb) Construction Of A New F-18 Super Hornet Procurement D, Package 002 - Quick Reaction Area (qra) And Combat Aircraft Loading Area (cala) At Al Jaber, Air Base Kuwait. The Intent Of This Project Is To Construct A New Quick Reaction Area (qra), Combat Aircraft Loading Area (cala), Related Site Improvements, And Incidental Related Work. The Work Is Part Of Group Of Projects To Support Fielding Of New F/a-18e/f Super Hornet Aircraft. All Facilities Are Designed In Accordance With Unified Facilities Criteria. The Estimated Magnitude Of This Project Is Between $25,000,000 And $100,000,000. The Appropriate Northern American Industry Classification System (naics) Code For This Procurement Is 236220 -- Commercial And Industrial Building Construction, And The Small Business Size Standard Is $45,000,000. The Period Of Performance For This Project Is 613 Calendar Days From Notice To Proceed (ntp).
2651-2660 of 2770 active Tenders