Building Construction Tenders

Building Construction Tenders

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 

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)

Department Of Public Works And Highways Tender

Civil And Construction...+1Bridge Construction
Philippines
Details: Description Contract Id No.: 25ca0048 Contract Name: Convergence And Special Support Program – Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Access Roads And/or Bridges From The National Roads/s Leading To Major/ Strategic Public Buildings/ Facilities – Construction Of Bridge, Purok 7 And Purok 1, Barangay Sacrifice Valley, Hermosa, Bataan The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place 1. Issuance/downloading Of Bidding Documents January 10 - 31, 2025 Hard Copies At Bac Secretariat, Dpwh-bataan 1st Deo, Roman Expressway, Mulawin, Orani, Batan Downloadable From Dpwh Website, Www.dpwh.gov.ph, Philgeps Website,www.philgeps.gov.ph 2. Pre-bid Conference January 17, 2025 @ 2:00 P.m. Conference Room-dpwh-bataan 1st Deo 3. Receipt By The Bac Of Bids Deadline: January 31, 2025 @ 10:00 A.m. Conference Room-dpwh-bataan 1st Deo 4. Opening Of Bids January 31, 2025 @ 10:00 A.m. Conference Room-dpwh-bataan 1st Deo Approved By: Danilo A. Rustia, Jr. Bac-chairperson
Closing Date31 Jan 2025
Tender AmountPHP 14.7 Million (USD 250.6 K)

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 

INDIAN HEALTH SERVICE USA Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: ** See Amendment 1, Effective 12/16/2024 ** ** See Amendment 2, Effective 12/26/2024 ** ** See Amendment 3, Effective 12/30/2024 ** ** See Amendment 4, Effective 1/16/2025 ** ** See Amendment 5, Effective 1/27/2025 ** see Attached Solicitation Notice For Solicitation Number 75h70125r00008 For A Construction Project For The Indian Health Service (ihs). The Purpose Of This Project Is To Replace The Emergency Power Supply System (epss) Serving The Zuni Comprehensive Community Health Center In Zuni, Nm. This Project Will Be Procured As A 100% Indian Small Business Economic Enterprise (isbee) Set-aside Solicitation Under North American Industry Classification System (naics) Code 236220 Commercial And Institutional Building Construction. The Associated Size Standard For This Procurement Is $45 Million. Please Review All Attachments To This Notice For Details. scope Of Work: See Section C Of The Attached Solicitation location Of Project: Zuni, Nm tero: Tero Fees Are Applicable. construction Duration: Period Of Performance Is 150 Calendar Days After Issuance Of A Notice To Proceed. construction Magnitude: In Accordance With Far 36.204, The Magnitude Of This Construction Project Is Anticipated To Be Between $500,000.00 And $1million. site Visit: A Site Visit Is Scheduled To Occur On 12/20/2024. See Section L, Far 52.236-27, For Additional Detail. contract Type: The Ihs Intends To Award A Firm Fixed Price (ffp) Construction Contract In Support Of This Requirement. This Solicitation Will Be Procured As A Request For Proposals (rfp) In Accordance With Far Part 15 And 36 Procedures With Lowest Price Technically Acceptable (lpta) Evaluation Criteria. proposal Requirements: Refer To Section L.4 And L.5 Of The Solicitation. proposal Due Date: The Offeror’s Proposal Shall Be Submitted Electronically In Pdf Format Via Email To Thupten.tsering@ihs.gov At Your Earliest Convenience But No Later Than 2:00 Pm Pacific Time On 1/17/2025, Unless Changed By Amendment. evaluation: Evaluation Will Be Conducted In Accordance With Far 15. The Evaluation For This Award Will Utilize Lpta Evaluation Criteria. In Order To Be Considered Technically Acceptable And Eligible For Award, The Proposal Must Demonstrate Compliance With The Terms And Conditions Of This Request For Proposal (see Solicitation Section L) And Possess All Necessary Certifications To Perform The Work Specified (see Solicitation Section C). Prices Proposed Must Reflect The Contractor’s Understanding Of The Requirement, Ability To Perform, And Be Considered Fair And Reasonable To The Government. price Is The Discriminating Factor For Award Among Offers. The Total Firm Fixed Price (inclusive Of Option Items) Listed In Block 17 Of The Sf1442 Shall Be Utilized For The Overall Price Evaluation And To Determine The Lowest Priced Offer. questions: Contractors Shall Submit All Questions Concerning This Solicitation In Writing To The Contracting Officer, Thupten Tsering At Thupten.tsering@ihs.gov. Questions Should Be Received No Later Than 5 Days Prior To The Due Date To Allow Time For A Response. note: All Dates Are Subject To Change. See Solicitation For Official Dates, Times, And Locations Of Site Visits And Deadlines. for The Purposes Of This Procurement, A Concern Is Considered A Small Business If Its Average Annual Revenue For The Last Three (3) Years Is Less Than $39.5 Million. For Information Concerning Naics And Sba Size Standards, Go To Http://www.sba.gov. it Is The Responsibility Of The Contractor To Check Https://sam.gov/ Frequently For Any Amendments Or Changes To The Solicitation. Hard Copy Documents Will Not Be Available – All Documents For Proposal Purposes Will Be Posted At The Website For Download By Interested Parties. note: Registration In The System For Award Management (sam) Database Is Mandatory To Be Considered For Award. Offerors May Obtain Information On Registration And Annual Confirmation Requirements Via The Internet At: Https://www.sam.gov. Contractors Are Encouraged To Complete Sam Registration As Soon As Possible; The Government May Not Delay Award For The Purpose Of Allowing A Contractor Additional Time To Register In Sam.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Contract Id No.: 25ca0045 Contract Name: Convergence And Special Support Program – Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Access Roads And/or Bridges From The National Roads/s Leading To Major/ Strategic Public Buildings/ Facilities – Construction Of Road, Imelda-lalawigan Road Leading To Jct. Layac-balanga-mariveles Port Rd., Samal, Bataan The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place 1. Issuance/downloading Of Bidding Documents January 10 - 31, 2025 Hard Copies At Bac Secretariat, Dpwh-bataan 1st Deo, Roman Expressway, Mulawin, Orani, Batan Downloadable From Dpwh Website, Www.dpwh.gov.ph, Philgeps Website,www.philgeps.gov.ph 2. Pre-bid Conference January 17, 2025 @ 2:00 P.m. Conference Room-dpwh-bataan 1st Deo 3. Receipt By The Bac Of Bids Deadline: January 31, 2025 @ 10:00 A.m. Conference Room-dpwh-bataan 1st Deo 4. Opening Of Bids January 31, 2025 @ 10:00 A.m. Conference Room-dpwh-bataan 1st Deo Approved By: Danilo A. Rustia, Jr. Bac-chairperson
Closing Date31 Jan 2025
Tender AmountPHP 29.4 Million (USD 501.3 K)

DEPT OF THE NAVY USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Details: This Notice Does Not Constitute A Request For Proposal, Request For Quote, Or Invitation For Bid. the Intent Of This Pre-solicitation Synopsis Is To Make Notice Of A Proposed Contract Action For Performing Construction Services For A Design-bid-build (dbb), P-7889 Dental Clinic Replacement At Marine Corps Recruit Depot (mcrd) Parris Island, South Carolina. project Description: this Project Is To Include The Construction Of A Replacement Dental Clinic With Backup Power To Support The Recruits And Active Duty Members At The Mcrd Parris Island. Supporting Facilities Include Utilities, Connection To District Steam System, Special Foundation, Site Improvements, Parking, Signage, Antiterrorism/force Protection Measures, And Environmental Protection Measures. The Facility Will Be Elevated On Select Fill To Protect The Facility From Flooding. The Existing Dental Clinic Building 674 And Pass & Identification Building 602 Will Be Demolished. the Completed Time For This Contract Is 1,072 Calendar Days After Award. this Solicitation Is Being Advertised As "unrestricted" For Full And Open Competition. This Source Selection Procurement Requires Both Non-price (technical And Past Performance) And Price Proposals And Will Utilize The Best Value Continuum Process At Far 15.101-1, Tradeoff. The Basis For Evaluation And Evaluation Factors For Award Will Be Included In The Solicitation. Large Business Concerns Are Required To Submit A Subcontracting Plan Prior To Award Of The Contract. the Appropriate Northern American Industry Classification System (naics) Code For This Procurement Is 236220, Commercial And Institutional Building Construction And The Small Business Size Standard Is $45,000,000. in Accordance With Dfars 236.204, The Magnitude Of Construction For This Project Is Between $25,000,000 And $100,000,000. this Office Anticipates Award Of A Contract For These Services The Third Quarter Of Fy25. the Sources Sought Notice Was Published To Contract Opportunities On Sam.gov On 08 October 2024 With A Response Due Date Of 22 October 2024. The Intent Of The Sources Sought Notice Was To Seek Eligible Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small Disadvantaged Business (including 8(a) Participants), And Women-owned Small Business Concerns Interested In Performing The Requirements Of This Solicitation. Zero (0) Valid Small Business Responses Were Received. In Accordance To Updated Sba Ordinance, 2,000 Additional Firms Were Identified By The Apex Accelerator And Sba Commercial Market Representative. These Firms Were Sent The Sources Sought Notice Via Email And Given A Response Due Date Of 26 November 2024. Zero (0) Additional Responses Were Received. Based On The Market Research Conducted For This Procurement, There Is Not A Reasonable Expectation That Two Or More Capable Small Businesses Will Propose On This Requirement. Successful Award And Completion Of The Requirements Can Be Achieved By Soliciting This Contract As Full And Open Competition. the Navfac Midlant Deputy For Small Business Approved The Dd2579, Small Business Coordination Record, Recommending Full And Open Competition On 19 December 2024. The Small Business Administration (sba) Procurement Center Representative (pcr) Concurred With This Recommendation. the Drawings And Specifications For This Project Will Be Posted With The Solicitation And Are Not Available At This Time. The Solicitation Will Be Issued By Navfac Mid-atlantic, Con21 On Or About 15 January 2025. The Solicitation Number Will Be N40085-25-r-2500. All Documents Will Be In Adobe Pdf File Format And Downloadable From The Piee And Sam.gov Website. The Official Address To The Solicitation Is Https://piee.eb.mil And Https://www.sam.gov Under “contract Opportunities” When It Becomes Available. Contractors Are Encouraged To Register For The Solicitation When Downloading From The Website. Only Registered Contractors Will Be Notified By Email When Amendments To The Solicitation Are Issued. A Free Acrobat Reader, Required To View The Pdf Files, Can Be Downloaded From The Adobe Website. important Notice: All Prospective Offerors Must Be Registered In The System For Award Management (sam). You Must Have An Active Registration In Sam To Do Business With The Federal Government. For Additional Information, Go To Https://www.sam.gov. questions Regarding This Notice Should Be Directed To Andy Bui At Andy.h.bui.civ@us.navy.mil.
Closing Date15 Jan 2025
Tender AmountRefer Documents 
2731-2740 of 4280 archived Tenders