Building Construction Tenders

Building Construction Tenders

Offizielle Bezeichnung Wetteraukreis Zentrale Vergabestelle Tender

Civil And Construction...+1Civil Works Others
Germany
Description: Public tender Vob/a General building description The Saalburg School in Bad Vilbel is an all-day primary school. It is housed in two buildings. The construction work is being carried out on the new building, which consists of a ... More general building description The Saalburg School in Bad Vilbel is an all-day primary school. It is housed in two buildings. The construction work is being carried out on the new building, which consists of a 2-storey structure with offset shed roofs. The addition of a barrier-free elevator is planned for the building. The elevator, with a platform size or an internal cabin dimension of approx. 1.10 x 1.40 m, is to be placed next to the main entrance of the building and in front of the existing external wall. Trade description: Metal construction work Quantities: Quantity Unit Static proof 1,000 Psch Construction drawings 1,000 Psch Aluminium door element, thermally insulated 1,000 St Execution period: Construction expected 23rd week 2025 - 24th week 2025 Measurements/work planning/production etc. must be carried out in advance! Quantities: Quantity Unit Static proof 1,000 Psch Construction drawings 1,000 Psch Aluminium door element, thermally insulated 1,000 St
Closing Date30 Jan 2025
Tender AmountRefer Documents 

Public Works Department - PWD Tender

Works
Civil And Construction...+1Building Construction
Eprocure
Corrigendum : Corrigendum Added
India
Details: Strengthening of Veterinary Health care Infustructure through construction of Veterinary Sub-Centre at Manik Bandar under Durgachoumuhani R,D. Block, Dhalai District during the year 2024-25 / SH - Construction of building, Shed for animal & water supply facility.
Closing DateCancelled
Tender AmountINR 1.6 Million (USD 19 K)

Public Works Department - PWD Tender

Works
Civil And Construction...+1Building Construction
Eprocure
India
Details: “Strengthening of Veterinary Health care Infrastructure through Construction of Veterinary Sub-Centre at West Radhamohanpur under old Agartala R.D. Block during the year 2024-25./SH- Construction of Building, Shed for Animal, Electrification & Water Supply facility.”
Closing Date20 Jan 2025
Tender AmountINR 1.7 Million (USD 19.9 K)

Public Works Department - PWD Tender

Works
Civil And Construction...+1Building Construction
Eprocure
Corrigendum : Corrigendum Added
India
Details: Strengthening of Veterinary Health care Infustructure through construction of Veterinary Sub-Centre at Manik Bandar under Durgachoumuhani R,D. Block, Dhalai District during the year 2024-25 / SH - Construction of building, Shed for animal & water supply facility.
Closing Date6 Feb 2025
Tender AmountINR 1.6 Million (USD 18.9 K)

Forsvarsbygg Tender

Works
Civil And Construction...+1Building Construction
Norway
Description: Norway – Construction Work For Military Buildings And Installations – C05300 New Building Rygge Air Station Prequalification (part 1 Of The 2 Stage Process) 100423
Closing Date7 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: Presolicitation Notice title: Fire Protection Repairs – Bldg 3030, Fort Wainwright, Alaska (ftw480) identify Set Aside Type psc Code: Y1ez Construction Of Other Industrial Building naics Code: 236220 Commercial And Institutional Building Construction solicitation Number: W911kb25r0022 this Is A Presolicitation Notice Only For Fire Protection Repair At Bldg 3030. Offer Or Bids Will Not Be Accepted For This Notice. This Solicitation Will Be A Competitive Small Business Set Aside. Any Resulting Contract Will Be Firm Fixed Priced. The Solicitation For This Project Will Be Available By Interent Access Only And The Anticipated Download Availability Date For This Solicitation Will Be On Or About 16 June 2025. access To The Documents Will Be Through A Link On The Sam.gov Website: all Offerors Must Be Registered In The System For Award Management (sam) (https://www.sam.gov/sam/). Joint Ventures Must Be Registered In Sam As The Joint Venture. Offerors Are Advised To Begin This Process When They Prepare Their Proposal In Order To Ensure This Registration Is In Place Should They Be Selected For The Award. Lack Of Registration In The Sam Database Will Make An Offeror Ineligible For Award. http://www.sam.gov/ Use The Search Function And Use This Solicitation Number To Search By Solicitation/award Ftw480 Fire Protection Repair Bldg 3030. any Future Amendments To The Solicitation Will Also Be Available For Download From The Sam.gov Website. note. Electronic Proposal Submissions Will Only Be Accepted Via The Piee Solicitation Module Website At: Https://piee.eb.mil/sol/xhtml/unauth/index.xhtml . Search Via Solicitation Number Search W911kb25r0022, Additional Information Concerning Piee Can Be Found At: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml The Contractor Shall Comply With Commercial And Industry Standards As Well As All Applicable Federal, State, And Local Laws, Regulations, And Procedures. The Construction Wage Rates (formerly Davis-bacon Act) Will Apply. this Project Is Contingent On Availability Of Funds. If The Project Is Cancelled, All Bid Preparation Costs Will Be Borne By The Offeror. All Offerors Are Advised That They Must Be Registered In Sam.gov (http://www.sam.gov/) In Order To Receive An Award. Joint Ventures Must Also Be Registered In Sam.gov As A Joint Venture. Offerors Are Advised To Begin This Process When They Prepare Their Bids In Order To Ensure Registration Is In Place Should They Be Selected For Award. The North American Industrial Classification System (naics) Code Will Be 236220 - Commercial And Institutional Building Construction, Which Has A Size Standard Of $45 Million. description: this Is A Pre-solicitation Notice Will Be A Small Business Set Aside For Request For Proposal (rfp) To Bring Building 3030 Life Safety Systems Into Code Compliance To Provide As Complete And Usable Facility. Scope Of Work Will Consist Of Removal And Replacement Of The Fire Suppression System, Upgrade Of The Emergency Lighting Systems, And New Existing Pathways From Office Areas Located Within The Warehouse Bays. The Estimated Dollar Magnitude Of This Project Is Anticipated Between $5 Million And $10 Million. The Performance Period Will Be Approximately 550 Calendar Days. The Procurement Will Be Conducted Using Source Selection Procedures And The Award Will Be Based On Best Value Tradeoff Source Selection Procedures, Considering The Price And Non-price Factors Cited In This Announcement And The Solicitation. anticipated Ntp: 31 October 2025 With A 550 Calendar-day Period Of Performance; The Davis Bacon Act Will Apply. (1) Project Information: Fire Protection Repair Bldg 3030, Fort Wainwright, Alaska (2) Selection Criteria: Evaluation Criteria To Be Listed In The Solicitation Are Anticipated To Be: phase 1: factor 1 – Past Performance (confidence Assessment) factor 2 – Organization & Management factor 3 - Technical Approach (3) Obtaining The Solicitation: The Solicitation For This Project Will Be Provided In Electronic Format Only And Is Currently Scheduled To Be Available For Download On Or About 16 June 2025 At The Piee Solicitation Module Website At Https://piee.eb.mil/sol/xhtml/unauth/index.xhtml Via Solicitation Number (w911kb25r0022). Any Future Amendments To The Solicitation Will Also Be Available For Download From This Website. All Responsible Sources May Submit An Offer Which Will Be Considered By The Agency. All Notifications Of Changes To This Solicitation Shall Be Made Through The Internet Only. It Is The Offeror’s Responsibility To Check For Any Posted Changes To This Solicitation. note: Electronic Proposal Submissions Will Only Be Accepted Via The Piee Solicitation Module Website At: Https://piee.eb.mil/sol/xhtml/unauth/index.xhtml. Search Via Solicitation Number Search W911kb25r0022. In Order To Submit A Proposal, Vendors Must Register In The Piee System And Must Have A Proposal Manager Role Established. Additional Information Regarding Proposal Manager, Proposal Manager Functions And Posting Offers Can Be Foud At Https//pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml
Closing Date5 Feb 2025
Tender AmountRefer Documents 

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Gsa Has Identified A Need For Construction Services For A Project At The Mid-atlantic Social Security Center In Philadelphia, Pa. The Work Involves Renovations To The Northwest, Northeast, South, And Southeast Plazas As Well As The Replacement Of Sections Of Steel Girder That Support The First Floor And Are Accessible From The Loading Dock Area And Adjacent Rooms. The Matssc Facility Is A 7-story Office Building With A Basement Level Parking Garage, Loading Dock, Training Rooms, Warehouse And Mechanical Equipment Rooms. Gsa Has Engaged An Architect Engineer (a/e) To Design The Project. Gsa Will Use A Two-phase Process Issuing A 50% Design Package That Contains Sufficient Detail To Allow It To Solicit Phase 1 Technical Proposals Only, And Not Price. Upon Completion Of The Evaluation Of The Phase I Technical Proposals, An Advisory Shortlist Will Be Developed. All Offerors Will Be Notified As To Whether Their Firm Will Be Invited To Participate In The Resultant Acquisition Or, Based On The Information Submitted, That It Is Unlikely To Be A Viable Competitor. It Will Be Noted That Exclusion From The Advisory Shortlist Shall Not Preclude Offerors From Submitting A Phase Ii Price Proposal. Once The 100% Design Documents Are Complete. Gsa Will Solicit Phase Ii Price Proposals From The Firms That Submitted Phase 1 Technical Proposals. 100% Design Document Completion Date Is Tbd. the Work Will Involve Multiple Trades Including General Construction, Mechanical, Electrical, Ect. The Contractor Will Be Required To Have The Ability To Successfully Coordinate All Trade/subcontractor Work And Complete This Project Within All Applicable Government Guidelines Governing The Work. The Naics Code For The Construction Work Is 236220 – “commercial And Institutional Building Construction. disclosure Of Magnitude Of Construction Projects the Estimated Total Construction Cost For The Project Is More Than $10,000,000. competitive Procedures this Procurement Will Be Competed Utilizing Full And Open Competition In Accordance With Far 6.203. Competitive Proposals Will Be Requested In Accordance With Far 15 “contracting By Negotiations.” selection Procedures the Award Will Be Made Utilizing The Tradeoff Process Prescribed In Far 15.101-1. The Objective Of The Source Selection Process Is To Select A Proposal That Represents The Best Value To The Government. The Award Will Be Made To The Responsible Offeror Whose Proposal Conforms To The Solicitation And Offers The Best Value To The Government, Considering The Price And Non-price Factors. For This Procurement, The Technical Factors Will Be Substantially More Important Than Price (far 15.101-1, Trade Offs). The Technical Factors Will Include: project Management Plan And Approach prior Experience On Relevant Projects past Performance On Relevant Projects socioeconomic Status sustainability gsa Requires A Bid Guarantee In Accordance With Far 52.228-1 With Each Offeror’s Proposal. gsa Requires Performance And Payment Bonds Prior To The Issuance Of The Notice To Proceed. procurement Schedule a Virtual Pre-proposal Conference Will Be Held On December 18, 2024 At 10:00am Est Via Google Meet. A Link Will Be Provided To Interested Parties By December 17th. Please Contact Stephen.zorzi@gsa.gov And Stephen.kohri@gsa.gov If You Would Like To Attend. site Visit Will Be Held On January 8th, 2025 At 9:00 Am Est. rfis Are Due By 5pm Est On January 15, 2023. Further Information Regarding Who To Send The Rfis To Will Be Provided At The Pre-proposal Conference. technical Proposals Are Due By 5:00 Pm Est On January 28, 2025 Tostephen.zorzi@gsa.gov And Stephen.kohri@gsa.gov. period Of Performance the Period Of Performance From The Issuance Of The Notice To Proceed To Substantial Completion Is 861 Days. small Business Set Aside And Applicable Naics Code the Award Is A Complete Set-aside For Small Business Concerns Pursuant To Far 6.203. The Applicable Naics Code Is 236220, Commercial And Institutional Building Construction, And The Small Business Size Standard Is $45 Million. pre-proposal Conference & Site Visit/investigation For Contractors prior Notification Of Attendance To The Pre-proposal Conference Is Mandatory. You Will Be Asked To Provide Your Company’s Name And All Potential Attendees' Full Names (no More Than 3 Per Firm) To Stephen.zorzi@gsa.gov And Stephen.kohri@gsa.govby No Later Than The Day Before The Event. interested Parties/how To Offer this Solicitation Is Only Be Available Electronically. Through Sam.gov, A Secure Website Designed To Safeguard Sensitive But Unclassified (sbu) Acquisition Material. Potential Offerors Are Responsible For Downloading The Solicitation And For Monitoring The Website For Possible Amendments And/or Additional Information. Potential Offerors Must Register On The.sam.gov Website To Have Access To Solicitation Material. For Additional Registration Information, Visit The Sam.gov Website. to Ensure That You Receive All Information Regarding This Solicitation, Please Register To Receive Updates At Sam.gov, And Follow The Procedures For Notification Registration. request For Information all Inquiries Concerning The Project Shall Be Directed To The Following Email Addresses: Stephen.zorzi@gsa.gov And Stephen.kohri@gsa.gov.
Closing Date28 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Details: This Is A Sources Sought For The Purpose Of Obtaining Market Research Only. No Proposals Are Being Requested Nor Accepted Under This Synopsis. The U.s. Army Corps Of Engineers, New York District, Will Use Information Obtained Under This Source Sought For Building 110 Repairs – Design Build Phase 1 At Watervliet Arsenal (wva), Ny. the Intent Of This Sources Sought Is To Access Industry's Small Business Concerns Including 8(a) Companies With An Sba Approved Office, Historically Underutilized Business Zone (hub Zone) And Service-disabled Veteran-owned Small Business (sdvosb), And All Small Businesses Under The Size Standard, Capability And Interest In Performing A Construction Project Within Watervliet Arsenal, New York. the Naics Code For This Project Is 236220 – Commercial And Institutional Building Construction. The Government Must Ensure There Is Adequate Competition Among Contractors For Work To Be Performed Under This Solicitation. the New York District, U.s. Army Corps Of Engineers (district) Is Requesting A Design-build Rfp For Building 110 Repairs At Watervliet Arsenal (wva), Ny. the Scope Of Work Consists Of The Phase I Repairs To Building 110 Using The Design Build Contract Method. The General Work Involved Is As Follows: replace Exterior Doors, Transoms, And Rolling Overhead Service Doors That Are Approaching End Of Service Life, Targeting A Minimum 30% Improvement Above Ashrae 90.1-2019 Thermal Performance Requirements. areas Of Suspected Air Infiltration Be Sealed With Either A Low Expansion Spray Foam Or Automated Building Envelope Sealing System, Including But Not Limited To: Window And Door Perimeters, Bottom And Tops Of Walls Where They Intersect The Floor Slab And Roof, As Well As Roof Fastener Penetrations. all Interior Surfaces Of The Building (floors, Ceilings, Walls, Columns, And Windows) Require A Thorough Cleaning In Accordance With Historic Preservation Standards. Existing Paint That Is Flaking And Peeling On The Roof Deck And Interior Brickwork Will Be Removed. Surfaces Are To Be Re-coated In Accordance With Historic Preservation Standards. A Vapor Permeable Coating Compatible With The Automated Sealing System Must Be Utilized On The Inside Face Of The Brickwork In Order To Allow The Envelope To Dry Out. structural Scope For This Project Includes: Masonry Repointing, Repair, And Cleaning; Reinstatement Of Truss Anchors And Braces As Required To Comprise A Complete Lateral Load Path; Implementation Of Improvements To The Ladder System And Crane Operator Access; Localized Steel Column Repairs; Localized Floor Slab Repairs; Localized Roof Deck Repairs; And Localized Truss Reinforcement In Support Of New Roof Insulation, As Required. removal Of All B110 Steam And Condensate Piping Systems And Providing New Piping, Pressure Reducing Stations, Valves, Fittings, And Condensate Receivers And Pumps That Meet The Watervliet Standards Reference For Design And Applicable Codes. Objectives For The Hvac Design Include Renewing Infrastructure. A New Air Compressor Will Be Provided, And All Of The Distribution Piping Will Be Replaced. The Compressed Air System Will Continue To Be Tied Into The Existing Campus Compressed Air System As Well. All Non-potable Water Distribution Piping Will Be Replaced. the Electrical Scope Of Work Entails The Removal Of Circuits To Mechanical And Plumbing Equipment Being Demolished As Well As Providing New Circuits For Steam Condensate Pumps, An Air Compressor And Fire Protection System Nitrogen Generator. the Fire Protection Scope Of Work For Phase 1 Will Provide An Automatic Wet Pipe Sprinkler System Coverage Throughout Lab 156, Fed From Zone 1. The Preaction Sprinkler Systems Will Be Provided With Nitrogen Gas Supervision. The Fire Protection Scope Of Work Will Also Remove The Existing Manual Dry Standpipe System And Provide A New Class I Automatic Wet Standpipe System With Hose Stations Throughout The Manufacturing Area, Tied Into The Existing 8-inch Sprinkler Loop Feed Main. the Roof Scope Of Work May Include Replacement And/or Localized Repair Of The Roof Membrane. abatement Of Hazardous Materials To Support Repair Work. the Anticipated Magnitude Of Construction Is Between $10,000,000 And $25,000,000. interested Businesses Shall Respond To This Sources Sought Synopsis By Submitting Two (2) Examples Of Previous Experience With Commercial And Institutional Building Construction, And Similar In Cost Magnitude (between $10,000,000 And $25,000,000). The Information Submitted Will Be Considered In The Development Of The Acquisition Strategy To Support This Program. responses Are Restricted To U.s. Firms That Are Established And Registered In The System For Award Management (sam), Www.sam.gov. For 8(a) And Hubzone, Firms Must Be Certified By The Small Business Administration (sba). all Interested Businesses Responding To This Market Research Shall Be Limited To The Information Required Above And Shall Be Submitted Via Email Or In Writing By Mail No Later Than 1600 (4 Pm) Est On 23 January 2025.
Closing Date23 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others...+2Civil And Construction, Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: ***amendment 0004 - See Attached Document For Amendment 0004. The Proposal Due Date Has Been Extended Until 14 January 2025 At 1:00pm Eastern Time. ------------------------------------------------------------------------- ***amendment 0003 - See Attached Document For Amendment 0003. ------------------------------------------------------------------------- ***amendment 0002 - See Attached Document For Amendment 0002. The Proposal Due Date Has Been Extended Until 12 December 2024 At 1:00pm Eastern Time. ------------------------------------------------------------------------- ***amendment 0001 - See Attached Document For Amendment 0001. The Proposal Due Date Has Been Extended Until 19 November 2024 At 1:00pm Eastern Time. ------------------------------------------------------------------------- description:the U.s. Army Corps Of Engineers (usace) Louisville District Has Issued Request For Proposal (rfp) Solicitationw912qr-24-r-0067 For The Design-bid-build New Construction Of A Multi-purpose Training Range For Ft. Campbell. The Project Will Construct A Standard Design Multipurpose Training Range (mptr). Primary Facilities Include The Mptr, Downrange Site Preparation, Range Operations Control Area (roca), Range Control Tower (non-instrumented), Small After-action Review Building, Large Operations/storage Building, Latrine, Bleacher Enclosure, Covered Mess, Ammunition Loading Dock, Bivouac Area, Unit Staging Area, And Building Information Systems. Post Construction Award Services (pcas) Are Included In This Project. Supporting Facilities Include Electric Service; Paving; Storm Drainage; Site Improvements; And Information Systems. Measures In Accordance With The Department Of Defense (dod) Minimum Antiterrorism For Buildings Standards Will Be Provided. Access For Individuals With Disabilities Will Be Provided. Cyber Security Measures Will Be Incorporated Into This Project. Sustainability/energy Measures Will Be Provided. Facilities Will Be Designed To A Minimum Life Of 40 Years In Accordance With Dod's Unified Facilities Criteria (ufc 1-200-02) Including Energy Efficiencies, Building Envelope And Integrated Building Systems Performance. the Contract Duration Is At One Thousand Three Hundred And Seventy-three (1373) Calendar Days From Contract Notice To Proceed. type Of Contract And Naics:this Rfp Is For One (1) Firm-fixed-price (ffp) Contract. The North American Industrial Classification System Code (naics) For This Effort Is 236220 - Commercial And Institutional Building Construction. type Of Set-aside:this Acquisition Will Be A Full & Open Competitive Procurement. selection Process:the Proposals Will Be Evaluated Using A Best Value Tradeoff Source Selection Process. construction Magnitude:the Magnitude Of This Construction Project Is Anticipated To Be Between $25,000,000 And $100,000,000 In Accordance With Dfars 236.204. pre-proposal Conference: A Pre-proposal Conference Will Be Held And Attendance Is Encouraged. Refer To Far 52.236-27 Alt I solicitation Website:the Official Solicitation, When Posted, Will Be Available Free Of Charge By Electronic Posting Only And May Be Found At System For Award Management (sam): Offerors Shall Have And Shall Maintain An Active Registration In The Sam Database At Http://www.sam.gov To Be Eligible For A Government Contract Award. If The Offeror Is A Joint Venture (jv), The Jv Entity Shall Have Valid Sam Registration In The Sam Database Representing The Jv As One Business/firm/entity. If At The Time Of Award An Offeror Is Not Actively And Successfully Registered In The Sam Database, The Government Reserves The Right To Award To The Next Prospective Offeror. point-of-contact:the Point-of-contact For This Procurement Is Contract Specialist, Jacob S. Pridemore, At Jacob.s.pridemore@usace.army.mil Or 502-315-6228.
Closing Date14 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Posting - Solicitation And Attachments For Phase I The Veterans Integrated Service Network #04 (visn 04) Contracting Office / Lebanon Veteran Administration Medical Center Is Issuing The Attached Solicitation With Attachments And Subsequently The Va Intends On Awarding A Single, Firm-fixed-price Contract That Will Be The Best Value To The Government Based On Evaluation Factors And Price. The Project Will Be For The Selection Of A Prime Contractor (construction Contractor Naics Code 236220 Commercial & Industrial Building & Construction, With A Size Standard Of $45.0 Million). The Prime Contractor To Contract/partner With An Architect/engineering Firm To Provide Design-build Services Necessary For Completion Of Designs And The Construction Of The Replace Flagpole Bldg. 1 Project (this Is A Design-build Project). Note: This Notice Is For Phase I Submittals Only At This Time. All Qualified Phase I Offerors That Are 100% Sdvosb May Submit For Phase I. After Phase I Evaluation Is Complete, Only Offerors That Are Selected For Phase Ii Will Be Notified With Instructions For Phase Ii Proposal Submission. Project Scope Summary The Design-build Team Shall Provide All, Labor, Materials, Tools And Equipment, And Design-build Services Necessary For Design And Construction Of A Project Described Here Along With Other Specified Tasks As Further Defined In A Request For Proposal (rfp) For Replace Flagpole Bldg. 1, Project No. 595-25-109. The Project Shall Be Designed And Completed In Accordance With Current Va Guidelines, Epa Requirements, Va Specifications And Developed Specifically To Meet Local Requirements For The Lebanon Va Medical Center In Lebanon Pa. The Resultant Contract Of This Procurement Is To Provide Required Design Completion Of The Referenced Project And Perform Construction Of Completed Design Work. Selection/administration: This Project Is A Best Value Two-phase Design-build Solicitation. The Phase I Offers Will Be Evaluated To Determine Which Of The Offerors Will Be Selected To Make An Offer In Phase Ii Of The Solicitation. The Request For Proposal Shall Set Forth The Requirements For Responding To Phase I Of The Solicitation As Well As All Evaluation Factors For Both Phases I And Phase Ii. Phase Ii Solicitation Will Be Issued In An Amendment As A Request For Proposal (rfp) Conducted In Accordance With Federal Acquisition Regulations (far) Parts 36.3 And 15 And Will Be Evaluated In Accordance With The Evaluation Factors Therein. Total Project Anticipated Between $500,000.00 And $1,000,000.00.
Closing Date31 Jan 2025
Tender AmountRefer Documents 
2241-2250 of 3712 archived Tenders