Building Construction Tenders

Building Construction Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Real Estate Service
United States
Details: The Department Of Veterans Affairs Seeks To Lease 35,827 Aboa Square Feet (sf) Of Clinical Space And 381 Parking Spaces For Use By The Va For A Community-based Outpatient Clinic In Fayetteville, Ar. The Space Shall Be Located Within The Delineated Area Stated Below. Va Is Interested In An Existing Building However New Construction Will Also Be Considered. lease Term: 20 Years Firm. delineated Area: To Receive Consideration, Submitted Properties Must Be Located Within the Area Described Below, Which Is Bound By The Following Roads Or Must Front On Any Of the Following Boundary Lines: bounded On The North: Zion Road bounded On The East: Hwy 265 bounded On The South: Hwy 16 Or West 15th Street bounded On The West: Rupple Road
Closing Date3 Feb 2025
Tender AmountRefer Documents 

Municipality Of Bayambang Pangasinan Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For Construction Of The At Bayambang, Pangasinan 1. The Municipal Government Of Bayambang, Pangasinan, Through A Loan From The Development Bank Of The Philippines Intends To Apply The Sum Of Two Hundred Ninety Three Million Pesos (php 293,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “construction Of The Bayambang Polytechnic College (bpc) Building -1 Under Design And Build Scheme At Bayambang, Pangasinan”, With The Project Identification Number : Njq—infra-12-2024-084 . Bids Received In Excess Of The Abc Shall Be Automatically Shall Be Rejected At Bid Opening. 2. The Municipal Government Of Bayambang, Pangasinan, Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Four Hundred Fifty (450) Calendar Days. Bidders Should Have Completed A Contract Similar To The Building Construction With Design And Build Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Municipal Government Of Bayambang, Pangasinan Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 17, 2024 To January 7, 2025, From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos (php 50,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Municipal Government Of Bayambang, Pangasinan Will Hold A Pre-bid Conference On 2:00 P.m., December 26, 2024, At Mayor's Conference Room, 2nd Floor Municipal Hall Main Building At Bayambang, Pangasinan, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before 2:00 P.m., January 7, 2024. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On 2:00 P.m., January 7, 2024, At The Mayor's Conference Room, 2nd Floor Municipal Hall Main Building At Bayambang, Pangasinan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Award Of The Contract Shall Be Made After The Perfection Of The Loan From The Development Bank Of The Philippines 11. The Municipal Government Of Bayambang, Pangasinan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Stephany J. Caragan Head – Bac Secretariat Municipal Government Of Bayambang G/f Municipal Hall Building, Roxas St., Zone Ii, Bayambang, Pangasinan Cp No. 0968-857-0699 Telephone No. (075) 696-1559 / (075)551-3034 Email Address : Www.bayambang.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.bayambang.gov.ph December 17, 2024 Dr. Adrienne L. Estrada Bac Chairperson
Closing Date7 Jan 2025
Tender AmountPHP 293 Million (USD 5 Million)

Public Works Department - PWD Tender

Works
Civil And Construction...+1Water Storage And Supply
Eprocure
India
Details: - Construction of Forest Rest House Gadha Kufer Tehsil Thoeg Dstt. Shimla, H.P. (SH- C/O of Building portion, W.S. & S.I., Rain Water hrvesting tank, Septic tank and sock pit etc. Note:-Rates of wood work in the BOQ/NIT has been taken on the basis of labour rate as the timber required for construction of building will be provided by the Forest Deptt. as requested by the Divisional Forest Officer Forest Division Theog vide letter No. 4426/CC dated 9/11/2023
Closing Date6 Jan 2025
Tender AmountINR 16.7 Million (USD 194.6 K)

Lafourche Parish School District Tender

Civil And Construction...+1Civil Works Others
United States
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
Closing Date7 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Sources Sought Notice Sources Sought Notice Page 4 Of 4 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 Of 4 No Solicitation Is Currently Available. This Source's Sought Notice Is For Planning Purposes Only. All Information Contained Herein Is Preliminary And Subject To Changes And/or Cancellation At The Discretion Of The Government. Interested Vendors Shall Respond To This Notice Voluntarily, And At No Cost To The Government. The Information Requested Will Be Used Solely Within The Department Of Veterans Affairs To Facilitate Decision-making And Will Not Be Disclosed Outside Of The Government. Based Upon Information Received In Response To This Sources Sought Notice The Government Shall Decide On A Procurement Strategy, Which Shall Include The Type Of Small Business Set-aside, If Appropriate. The Eventual Procurement Strategy And Set-aside, If Appropriate, Is Solely Within The Discretion Of The Government. The Applicable North American Industry Classification System (naics) Code Is 236220, Commercial And Institutional Building Construction, And The Small Business Size Standard Is $45m. Potential Offerors Must Be Registered In The System For Award Management (sam) To Be Eligible For An Award (see Https://www.sam.gov/sam/pages/public/index.jsf ). Potential Offerors Must Also Have A Current Online Representations And Certification Application On File With Sam. Service-disabled Veteran-owned Small Businesses And Veteran-owned Small Businesses Shall Have Their Ownership And Control Verified By The Department Of Veterans Affairs (va) And Be Listed In The Vendor Information Pages (vip) At Https://vetbiz.va.gov/vip/. Description Of Services Pad Cooling Tower Repairs. Location: Va Palo Alto Health Care System (vapahcs), Palo Alto, Ca The Awarded Contractor Shall Provide All Supervision, Administrative And Technical Support, Labor, Subcontractors, Tools, Transportation, Materials, Supplies, And Equipment. The Contractor Shall Plan, Schedule, And Ensure The Effective Completion Of Cooling Tower Repairs. The Contractor Will Conduct Shutdown, Loto Cooling Tower Motor Controllers. The Contractor Will 40hp Motor, Coupling Assembly, Main Tower Support Frame, Fan Housing, And Fan Blades. The Contractor Will Use A Crane Lift To Set Components Into Place Due To The Weight Of The Parts. The Contractor Will Install A Safety Switch And Wire It Into The Vfd. The Contractor Will Remove Loto And Perform A System Check. Period Of Performance (pop) The Expectant Performance Will Be 15 Calendar Days From Issuance Of The Notice To Proceed (ntp). Sources Sought Information The Government Requests That Interested Parties Review The Description Of Services And Provide The Following Capability Information To The Contracting Specialist, Alex Arter, At Alex.arter@va.gov, By 8:00 Am Pdt On January 31, 2025: Business Size (large/small) Business Socio-economic Status (sdvosb, Wosb, 8(a), Hubzone, Etc.) Sam Record Duns Number Ability And Experience In Managing Projects Between $1,000,000.00 And $2,000,000.00. Include General Information And Technical Background Describing Your Firm's Experience On Contracts Requiring Similar Efforts To Meet The Program Objectives. Bonding Capability; Per Contract And Aggregate. Provide The Amount Of Aggregate Bonding Currently Available (i.e. Amount Not Committed). Anticipated Teaming Arrangements (if Any). List Of Projects (government And Commercial) That Are Similar In Scope And Size. List Of Sub-contractors You Intend To Use On A Project Of This Size And Scope. How Does Your Company Intend To Meet The Limitations On Subcontracting As Per 13 Cfr 125.6? Are Your Subcontractors From The Local Area Or Will They Be Coming From Out Of The Area? If Out Of The Area, From Where? Interested Parties Shall Not Submit More Than 10 Single-sided, Type-written Pages Using Times New Roman 12-point Font Or Larger. Published Literature May Be Any Number Of Pages. The Government Will Use This Information When Determining Its Business Type Decision. This Sources Sought Notice Is Not To Be Construed As A Commitment By The Government. No Contract Will Be Awarded As A Direct Result Of This Announcement.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Page 1 Of 2 Released Pursuant To Federal Acquisition Regulation (far) Part 10: Market Research, This Is A Request For Information. Purpose: G.v. Sonny Montgomery Vamc | Install Aboveground Fuel Storage Tanks | Project# 586-25-100 In An Effort To Enhance Opportunities For Service-disabled Veteran Owned Small Businesses (sdvosb) As Required By Public Law 109-461, Specifically The Veterans First Contracting Program, Nco16 Is Performing Preliminary Market Research To Identify Interested, Qualified, Capable, Sdvosb And Vosb Firms Possessing The Capacity Necessary To Compete For A Vha Procurement Opportunity. In Case No Sdvosbs Or Vosbs Possess The Capacity, All Small Businesses Possessing The Necessary Capacity Are Encouraged To Provide A Response. Results Of The Preliminary Market Research Will Be Used To Determine The Potential Future Solicitation S Set-aside Requirement. This Source Sought Notice Is Issued Solely For Informational, Market Research, And Planning Purposes. It Does Not Constitute An Invitation For Bid (ifb), Request For Quote (rfq), Request For Proposal, Or A Promise To Issue A Subsequent Rfq/ifb/rfp. At This Time, No Solicitation Document Exists. Issuance Of This Notice Does Not Establish Any Obligation On The Part Of The Government And Is Not To Be Construed As A Commitment By The Government, Implied Or Otherwise, To Issue A Solicitation Or Award A Contract. In Addition, Respondents Are Advised That The United States Government Is Under No Obligation To Pay For Any Information Or Administrative Cost Incurred In Response To This Notice. At This Time, Proprietary Information Is Not Being Requested. Respondents Shall Refrain From Including Proprietary Information In Responses To This Notice. The Department Of Veterans Affairs Anticipates Awarding A One-time, Firm-fixed Price (ffp) Contract. Project Scope Summary: The Contractor Shall Provide All Labor, Materials, Supplies, Parts, Equipment, To Design, Build And Install Aboveground Fuel Storage Tanks At The Jackson Va Medical Center. Vaar 836.204| Disclosure Of The Magnitude Of Construction Projects. Between $100,000 And $250,000 Requested Information: Please Provide A Positive Statement Of Interest In Submitting A Quote Based On The General Scope Of Work Description. Please Identify Your Firm S Small Business Category. If Your Firm Is Either Sdvosb Or Vosb, Please State Whether You Are Currently Verified By Sba On Https://veterans.certify.sba.gov Based Upon North American Industry Classification System Code (naics) 236220 Commercial And Institutional Building Construction. Current Sba Size Standard For Naics 236220 Is $45m. Please Provide A Capability Statement. Describe Your Firm S In-house Capability To Accomplish The Summarized Project Scope/goal; How Your Firm Intends To Meet The 15% Self-performance Requirement Per Pl109-461; And Confirmation That Your Firm Can Obtain Performance And Payment Bonds For This Project. Please State Your Firm's Name, Address, Duns And Cage Number, And Primary Point Of Contact, Including Telephone Number(s) And Email Address. Response Submission: Please Submit Your Information Via Email To Victor Mcnair, Contract Specialist, At Victor.mcnair@va.gov, By The Closing Date And Time Listed. Please Limit Your Responses To Three (3) Pages And Please Include The Following As The Subject Line Of Your Email: 586-25-100| Install Aboveground Storage Fuel Tanks | Sources Sought Response Please Do Not Include Advertising Or Promotional Materials. Disclaimer This Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi 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 Rfi.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

Municipality Of Glan, Sarangani Province Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Scope Of Works: - Construction Of Building Drainage System And Pwd Concrete Ramp With Stainless Steel Railings. - Installation Of Floor Tiles, Counter Tiles, Cr Wall Tiles, Eave Ceiling, Fascia Frame, Fascia Board And Gutter, Painting Of Masonry Walls And Ceiling Scope Of Works Item No. Description Quantity Unit I Excavation Works 7.56 Cu.m. Ii Concrete And Masonry Works 6.67 Cu.m. Iii Carpentry And Painting Works 1.00 Lot Iv Billboard 1.00 Unit
Closing Date5 Feb 2025
Tender AmountPHP 500 K (USD 8.5 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: ***amendment 0014 Was Posted To Sam.gov On 15 January 2025.*** ***amendment 0013 Was Posted To Sam.gov On 30 December 2024.*** ***amendment 0012 Was Posted To Sam.gov On 20 December 2024.*** ***amendment 0011 Was Posted To Sam.gov On 05 December 2024.*** ***amendment 0010 Was Posted To Sam.gov On 22 November 2024.*** ***amendment 0009 Was Posted To Sam.gov On 31 October 2024.*** ***amendment 0008 Was Posted To Sam.gov On 29 July 2024.*** ***amendment 0007 Was Posted To Sam.gov On 15 July 2024.*** ***amendment 0006 Was Posted To Sam.gov On 09 July 2024.*** ***industry Day/prep-proposal Conference Presentation And Sign-in Sheets From The Event Held On 28 June 2024 Has Been Attached To This Posting For Reference On 03 July 2024.*** ***amendment 0005 Was Posted To Sam.gov On 12 June 2024.*** ***amendment 0004 Was Posted To Sam.gov On 05 June 2024.*** ***amendment 0003 Was Posted To Sam.gov On 01 May 2024.*** ***amendment 0002 Was Posted To Sam.gov On 24 April 2024.*** ***amendment 0001 Was Posted To Sam.gov On 11 April 2024.*** the U.s. Army Corps Of Engineers (usace) Louisville District Intends To Issue A request For Proposal (rfp) W912qr24r0010 For The Alteration And Renovation Of the Existing 78,625 Square Foot Ltc Luis E. Martinez Arc Training Building, construction Of A New 19,363 Square Foot Collocated Area Maintenance Support activity (amsa) And Vehicle Maintenance Shop (vms), And New 50,747 Square foot Organizational Storage Building. Supporting Facilities Include Land Clearing, building Demolition, Paving, Concrete Aprons, Vehicle Wash Rack/platform, Bilevel equipment Loading Ramp, Mobile Kitchen Trailer Pad, Sats Trailer Canopy, fencing, General Site Improvements And Utility Connections. Accessibility For The disabled Will Be Provided. Antiterrorism Force Protection And Physical Security measures Will Be Incorporated Into The Design Including Maximum Standoff distances From Roads, Parking Areas And Vehicle Unloading Areas. 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. type Of Contract And Naics:this Rfp Will Be For One (1) Firm-fixed-price (ffp) Contract. The North American Industrial Classification System Code (naics) For This Effort 236220. The Business Size Standard Is $45m. type Of Set-aside:this Acquisition Will Be An Unrestricted (full And Open) Procurement. selection Process:this Is A Design/bid/build Procurement. The Proposals will Be Evaluated Using A Best Value Trade Off Source Selection Process. Past performance And Technical Information Contained In The Offeror's Proposal Will be Reviewed, Evaluated, And Rated By The Government. The Proposal For This procurement, At A Minimum, Will Consist Of The Following: Prime Contractor Past performance, Technical Factor(s) Such As Management Plan, And Price And Pro forma Information Such As Bonding And Financial Capability Will Also Be Required to Meet The Minimum Requirements Of The Solicitation. All Evaluation Factors, other Than Price, When Combined, Are Considered Approximately Equal To Cost Or price. construction Magnitude:the Magnitude Of This Construction Project Is anticipated To Be Between $25 Million And $100 Million In Accordance With dfars 236.204. discussions: The Government Intends To Award Without Discussions, But Reserves The Right To Conduct Discussions Should It Be Deemed In The Government's Best Interest. ****offer Due Date And Time Is Based On Eastern Daylight Time (edt).****
Closing Date21 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Others
United States
Details: Project Information this Sources Sought Solicitation Is Being Issued In Accordance With Federal Acquisition Regulation (far) Part 10, Market Research. The Purpose Of This Posting Is To Gain Knowledge Of Potential Sources For This Project Including Interested Small Business Concerns. Its Sole Purpose Is To Provide Information For Planning And Market Research Purposes Only And Shall Not Be Construed As Either A Solicitation Or Obligation On The Part Of The Government. The Government Welcomes Responses From All Interested Parties; However, No Decision Or Award Of Contract Will Be Made Based On Responses From Industry. The Government Will Not Pay For The Preparation Of, Nor The Subsequent Use Of, Information Submitted In Response To This Solicitation. Respondents Will Not Be Notified Of The Outcome Of The Government’s Review Of The Information Received. Additionally, The Government Does Not Intend To Hold Discussions Concerning This Solicitation With Any Interested Parties But Reserves The Right To Contact Vendors If Additional Information Is Required For Clarifications As It Pertains To The Solicitation. the 146th Airlift Wing, California Air National Guard May Issue A Solicitation And Award A Contract For The Project Titled, “146 Ces Repair Pumphouse Building 1203", Subject To The Availability Of Funds. Under This Requirement, The Successful Contractor Would Provide Non-personal Services, To Include All Plant, Labor, Transportation, Materials, Tools, Equipment, Appliances, And Supervision Necessary To: this Project Encompasses The Repair, Renovation, And Upgrade Of The Fire Pump Systems At Building 1203 That Supply Water To The Fire Suppression Systems For The Maintenance Hangar (building 801; 86,994 Square Feet) And Fuel Cell Hangar (building 802; 21,240 Square Feet). The Work Is To Include, But Is Not Limited To, Demolishing The Existing Diesel Fire Pump Systems To Include All Identified And Associated Components Such As The Engines/pumps, Diesel Tanks, Valves, Pipe, Fittings, And Electrical Controls/components, And Replacing With New Electric Motor Fire Pumps, Jockey Pumps, Fire Pump Controllers, Conduit, Wiring, Switchgear, Pipe, Fittings, Valves, And Facility Heaters To Properly Supply Water To The Fire Suppression Systems. Setup, Maintenance, Tear-down, And Removal Of Materials For The End User During The Contract Period Of Performance Is Included In The Scope Of This Contract. pursuant To Far 36.204, The Anticipated Magnitude Of Construction Is Between $1,000,000 And $5,000,000. The Applicable North American Industry Classification System (naics) Code For This Project Is 236220, Commercial And Institutional Building Construction. The Small Business Administration Small Business Size Standard For This Industry Is $39,500,000. all Interested Concerns Will Submit A Written Notice, Not To Exceed Five (5) Pages, Stating The Concern’s Positive Intention To Submit A Proposal As A Prime Contractor No Later Than The Deadline Posted With This Notice. Responses To This Solicitation Should Include The Following Information: 1. A Positive Statement Of Intent To Submit A Proposal As A Prime Contractor; 2. A Listing Of Projects Completed During The Past Five (5) Years For Both Government And Private Industry. The List Should Provide The Type Of Project, Dollar Value, Contract Number, Location, And Point Of Contact. Also, Please Indicate Whether The Firm Was A Prime Or Subcontractor—if The Firm Was A Subcontractor, Please Provide A Point Of Contact With The Prime Contractor; 3. A Brief Outline Of Resources, Subcontractors, And Key Personnel That Would Be Used To Accomplish The Contract; And 4. Demonstration Of The Firm’s Socioeconomic Status (i.e., Sb, 8(a), Hubzone, Edwosb, Wosb, Sdvosb, Etc.), And Size. in The Event That Adequate Small Business Firms Are Not Available For Adequate Competition For This Project, It May Be Advertised As An Unrestricted Solicitation. Submit Responses Directly To William.tucker.32@us.af.mil And Ricardo.macias.3@us.af.mil; Telephone Calls And Facsimile Responses Will Not Be Honored. please Reference The Identification Number And Project Title In The Subject Of Your Message. Please Limit Your Responses To Standard Documents (i.e., Microsoft Office, Adobe Pdf, Etc.). Do Not Send Compressed (i.e., .zip Or .exe Extension) Or Other File Types As They Will Be Stripped From Your Message.
Closing Date24 Jan 2025
Tender AmountRefer Documents 

Offizielle Bezeichnung Kreisausschuss Des Main Kinzig Kreises Tender

Publishing and Printing
Germany
Description: Restricted tender with public participation competition VOB/A Construction work in accordance with VOB Building decoration work - drywall construction, interior plastering and painting work As part of the basic renovation of the Wilhelm Busch School in Maintal, Ot Dörnigheim, services are required for the drywall construction, as well as ... Multi-building decoration work - drywall construction, interior plastering and painting work As part of the basic renovation of the Wilhelm Busch School in Maintal, Ot Dörnigheim, services are required for the drywall construction, as well as interior plastering and painting work. The existing rooms in question are plastered and have received appropriate coats of paint over the years. The surfaces are to be checked for sinter layers and dirt and prepared accordingly. The surfaces are to be consolidated using a deep primer and given a fine plaster structure with an adhesive plaster. The two coats of paint are to be produced as a surface finish in latex quality. Furthermore, room acoustic measures are taken by installing acoustic panels on the walls and ceiling, as well as smaller amounts of drywall, facings and fire protection cladding. Rough dimensions: Plastering work: approx. 1500 m² Painting work: approx. 2300 m² Acoustic measures: approx. 600 m² Drywall: approx. 50m²
Closing Date27 Jan 2025
Tender AmountRefer Documents 
2351-2360 of 3712 archived Tenders