Building Construction Tenders
Building Construction Tenders
PUBLIC BUILDINGS SERVICE USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date10 Feb 2025
Tender AmountRefer Documents
Details: The Gsa Northwest/arctic Region, Public Building Service (pbs Region 10) Is Planning To Solicit For One (1) Indefinite Delivery Indefinite Quantity (idiq) Multiple Award Task Order Contract (matoc) For Construction Projects In Federally Owned And Leased Facilities Supported In The Alaskan Geographic Areas Of Region 10. The Geographical Area Includes Federal Owned And Leased Locations Within The State Of Alaska. firms Interested In Participating In The Solicitation For The Gsa Alaska Matoc Idiq Are Requested To Submit A Response To The Sources Sought Notice (ssn) As Described Below. The Responses Will Help Gsa To Determine The Level Of Industry Interest Both By Business Size Status And By Socio-economic Categories With Our Industry Partners. This Information Will Be Used Solely For The Purposes Of Determining Whether To Set Aside This Opportunity For Small Business Concerns (and If So, Whether Setting It Aside For A Specific Socio-economic Category Makes Sense). if No Responses Are Received From Potentially Responsible Small Business Sources, Gsa Under The Far Part 19.501(b) Will Have Completed Its Due Diligence Regarding Setting This Procurement Aside For Small Businesses And Will Proceed With Procuring This Requirement On An Unrestricted Basis. this Procurement Is Anticipated To Be Assigned To North American Industrial Classification System (naics) Code 236220, Commercial And Institutional Building Construction. The Small Business Size Standard Is $45m (million). at This Time, This Isnota Request For Offers Or Proposals. This Ssn Does Not Represent A Commitment By The Government To Issue A Solicitation And/or Award Any Contracts. This Is A Market Research Tool Being Utilized To Determine The Availability And Adequacy Of Potential Sources Prior To Issuing A Request For Proposals (rfp). The Government Is Not Obligated To And Will Not Pay For Information Received As A Result Of This Announcement. Requests For A Solicitation Will Not Receive A Response.not Providing A Response To This Notice Will Not Prohibit Or Exclude A Company From Participating In Any Future Solicitations. gsa Contractors Participating In All Task Order Requests For Proposals (torfps), But Which Have Not Been Awarded A Task Order In The First Calendar Year, Will Be Eligible To Receive The Funding For The Minimum Guarantee Beginning In Calendar Year Two (2). The “order Of Magnitude” For Task Orders Is Anticipated To Range From $10,000 To The Gsa Current Capital Reinvestment Threshold (“prospectus”), Presently $3.5 Million. Task Orders May Not Exceed $5 Million Per Single Contract. The Average Task Order Is Expected To Have An Order Of Magnitude Of $10,000 - $350,000. Total Contract Length Will Be For Five (5) Years. Awarded Contractors Are Expected To Compete By Participation In Task Order Solicitations. Task Order Solicitations Will Be Issued By Gsa Offices Assigned To The Acquisition Division Within Region 10. Project Delivery Includes Non-complex Construction, Design-bid-build, And Design-build. Task Orders Will Be Issued As Firm Fixed-price (ffp). Offerors Awarded A Contract Are Expected To Participate In All Torfps Issued Unless Capacity Would Prevent Successful Project Completion. the Aggregate Contract Ceiling For This Idiq Is $70 Million Dollars. The Government Makes No Representation As To The Number Of Task Orders Or Actual Amount Of Work To Be Ordered, However, A Minimum Of $2,500 Is Established As The Minimum Guarantee For The Placement Of The Contract. Task Orders Per Calendar Year. Task Order Solicitations Will Adhere To The Competitive Procedures Outlined In Far 16.5. a Draft Scope Of Work (sow) For This Ssn Is Included But Is Subject To Change With Resulting Solicitation. Information Obtained From This Notice Will Be Used In The Formation Of The Solicitation And Contract Requirements, Including Determinations Regarding Further Restricting Competition By Available Socio-economic Categories Dependent Upon The Level Of Interest, Current And Forecasted Market Capacity, And Availability Of Firms Capable Of Performing The Projects At The Required Bonding Levels. please Use The Link Below To Access The Akmatoc Interest Response Form To Provide Information That Will Help Gsa Shape Our New Alaska Matoc Idiq. All Information Submitted Is Subject To Verification. Additional Information May Be Requested To Substantiate Responses. questions Or Comments About This Notice Should Be Emailed To:colleen.butler@gsa.gov,savanah.cilk@gsa.gov, Andtracey.fatilua@gsa.govno Later Than February 10, 2025.
DEPT OF THE NAVY USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents
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.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date4 Feb 2025
Tender AmountRefer Documents
Details: This Presolicitation Notice Is Not A Request For Proposal. vendors Should Not Submit Formal Proposals Until The Rfp Is Posted To This Website. construction Services 1. This Acquisition Is A 100% Set Aside For Certifiedâ service-disabled Veteran-owned Small Businesses. A. Prospective Contractors Are Cautioned That Proposal Submitted In Response To This Solicitation Must Meet The Criteria Identified In Vaar Clause 852.219-73, Va Notice Of Total Set-aside Forâ certifiedâ service-disabled Veteran-owned Small Businesses (jan 2023) (deviation). B. Prospective Contractors Must Comply With Vaar Clause 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) (deviation). In The Case Of A Contract For General Construction Contractors, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219-73. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. C. For A Service-disabled Veteran Owned Small Business (sdvosb) To Be Considered As A Prospective Contractor, The Firm, Must Be Certified And Listed In The Sba Certification Database (https://veterans.certify.sba.gov/) And Registered In The System For Award Management (sam) Database (www.sam.gov) At Time Of Submission Of Their Qualification. For A Joint Venture To Be Considered Eligible As An Sdvosb, The Joint Ventureâ 13 Cfr 128.402 And The Managing Joint Venture Partner Make The Representations Under Paragraph (c) Of This Clause.â a Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph 852.219-73(d) Of The Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. Failure Of A Prospective Sdvosb To Meet These Certification Requirements By The Sba Shall Result In Elimination From Consideration. Firms Are Required To Report To Vets -4212 Federal Contractor Reporting In Accordance With Far 52.222-37, Employment Reports On Veterans At Https://www.dol.gov/agencies/vets/programs/vets4212. 2. Contract Information: A Firm Fixed Price Construction Contract Is Contemplated For: project No./title: 619-20-103 | Correct Fca Deficiencies In Boiler Plant, Building #14 work Location: Cavhcs West Campus, Montgomery Al. magnitude Of Construction: Between $10,000,000 And $20,000,000. estimated/target Completion Period: 915 Calendar Days After Issuance Of Notice To Proceed. naics Code For This Acquisition Is 236220, Commercial And Institutional Building Construction, With A Size Standard Of $45 Million. 3. Project Information/statement Of Task: The Government Requires A Broad Range Of Professional And Technical Consultative Assistance Related To Operations, Renovation, And Commissioning For Project 619-20-103_ Replace Boilers In Boiler Plant, Building #14. This Includes Assistance In The Areas Of Project Management, Project Engineering, Planning, Scheduling, Code Compliance, Testing, Record Keeping, Quality Control, Cost Control, And General Oversight Of Boiler Installation. The Architect And Engineering (ae) Firm Has Submitted A 100% Final Draft Of The Proposed Project. This Assistance Will Include Post Plan Review To Verify The Accuracy Of The Design Concept Plans, Project Cost Estimates, Project Schedules, And Technical Specifications For Each Phase Of The Project. The Contractor Will Assign A Project Manager Who Will Coordinate All Services To Be Performed For The Facility And Will Be Responsible For The Management Of All Contractor Employees Assigned To The Facilities Boiler Project. The Contractor Will Provide To The Contracting Officer's Representative (cor) Monthly Breakdown Of The Hours Spent On Project 619-20-103_ Correct Fca Deficiencies In Boiler Plant, Building #14. selection Criteria: This Requirement Will Be Procured Utilizing The Trade-off Source Selection Process, Providing The Best Value To The Government. submission Criteria/requirements: Solicitation 36c24725r0071, (including Any/all Relevant Documents, Specifications And Drawings), Will Be Posted On Or About February 27, 2025, To Https://sam.gov/ Under Contract Opportunities. Any Amendments To The Solicitation Will Be Posted Solely To This Website. It Will Be The Responsibility Of The Offeror To Verify The Number Of Amendments Issued. site Visits: A Pre-proposal Site Visit Will Be Held. Date And Time Will Be Announced In The Solicitation. this Project Had A Sources Sought Posted Under 36c24724r0040.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date4 Feb 2025
Tender AmountRefer Documents
Details: The Department Of Veterans' Affairs Is Seeking The Services Of A Qualified Construction Company To Provide All Labor, Material, Transportation, Equipment, And Qualified Supervision Required For The Following Construction Project: renovate Building 110 Ground Floor. Located At: Hampton Va Medical Center, 100 Emancipation Drive, Hampton, Va 23667 in General, The Contractor Shall Be Responsible For All Facets Of Work, Which Includes, But Is Not Limited To Providing All Tools, Labor, Materials, Equipment, Supervision, Professional Services, And Expertise Required To Perform General Construction, Alterations, Electrical Work, And Certain Other Items As Indicated In The Construction Documents. The Contractor Shall Manage And Perform Construction Work As Further Defined In The Contract To Include, But Not Limited To, Demolition, Construction, Construction Management, Submittals, Equipment, Scheduling, Inspection And Testing, Environmental Protection, Recording Of (as-built) Drawings And Project Closeout. The Contractor Shall Also Develop A Schedule Demonstrating Fulfillment Of The Contract Requirements Such As: Project Schedule, Contractor Quality Control, Work Breakdown Structure (wbs) Plan And All Other Plans Listed Within This Document To Include Deliverables. The Contractor Shall Keep The Project Schedule Up To Date In Accordance With The Requirements Of The Contract And Shall Utilize The Plan For Scheduling, Coordinating, And Monitoring Work Under This Contract (including All Activities Of Subcontractors, Equipment Vendors And Suppliers). Overall, The Work Shall Be Performed In Strict Accordance With Construction Drawings And Specifications Prepared By Department Of Veterans Affairs.
the Contactor Shall Commence Work Under This Contract Promptly After Notice To Proceed (ntp), Execute The Work Diligently, And Achieve Final Completion And Acceptance Including Final Cleanup Of The Premises Within Five Hundred Forty (540) Calendar Days Including Submittals.
this Solicitation Is Anticipated To Be 100% Service-disabled Veteran Owned Small Business (sdvosb) Set Aside. Bids Are Solicited Only From Sdvosb Concerns And Bids Received From Firms That Are Not Sdvosb Vetcert Shall Not Be Considered.
the Naics Code For This Project Is 236220: Commercial And Institutional Building Construction With Size Standard Of $45 Million. An Invitation For Bid Is Contemplated In Accordance With Federal Acquisition Regulation (far) Part 14: An Invitation For Bid (ifb) With Approximately 30-day Response Time After Issuance Of Solicitation. Pursuant To Vaar 836-204 Magnitude Of Construction, The Estimated Magnitude Of Construction Is Between $2,000,000 And $5,000,000. Solicitation Material Will Be Available On Or About February 4, 2025. Material Will Include The Solicitation And Accompanying Documents, Specifications Provided From The Va. Sealed Bids Will Be Due Approximately 30 Days After Issuance Of The Solicitation. Location And Points Of Contact For Site Visits Will Be Identified In The Solicitation.
this Is A Notice For Informational Purposes Only And Is Not An Invitation For Bid. The Government Is Not Obligated To Issue A Solicitation As A Result Of This Notice. No Other Information Will Be Provided Until Issuance Of The Solicitation. No Interested Parties List Will Be Maintained.
prospective Contractors Shall Complete Electronic Annual Representations And Shall Be Registered In The System For Award Management (sam) At Https://www.sam.gov Must Be Verified In The Small Business Administration S (sba) Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) Prior To Submitting A Bid, And Shall Have On File A Current And Complete Vets4212 Report At Http://www.dol.gov/vets/vets-100.html (if Applicable). Bidders Are Further Advised That Failure To Register In The Sam Database And/or Inability To Provide A Unique Entity Identifier (uei) Will Render Your Firm Ineligible For Award Iaw Far Clause 52.204-7(b).
it Is The Offerors Responsibility To Check The Sam.gov Website Periodically For Amendments And/or Notices To The Solicitation.
no Email, Fax, Or Telephone Inquiries Will Be Answered As A Result Of This Announcement. Telephone Requests For Plans Will Not Be Honored. No Other Information Regarding Scope, Dates, Etc. Is Available Until Issuance Of The Solicitation. A Date And Time For A Pre-bid Conference / Site Visit Will Be Stated In The Issued Solicitation.
notice To Offerors: The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs.the Government Will Not Reimburse Any Costs Associated With Registration, Pre-bid Attendance, Or Proposal Preparation. this Is A Presolicitation Notice Only. This Is Not A Request For Pricing At This Time.
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents
Details: Description:the U.s. Army Corps Of Engineers (usace) Louisville District Intends To Issue A Request For Proposal (rfp), Solicitation No. W912qr25ba007, For A Fully Designed Project To Include Renovation/addition Of An Aircrew Readiness Facility Located At Beale Air Force Base, Ca. A Description Of The Construction Project Is As Follows: construct 427 Sm (4,596 Sf) Addition To B1232 Which Includes Restrooms, Crew Quarters, And Services Rooms. Project Will Consist Of Concrete Foundation And Floor Slab, Steel Frame, Standing Seam Metal Sloped Roof, Metal Stud Backup And Brick Veneer, Metal Stud And Gypsum Board Interior Walls, And Interior Finishes. An Associated Aircrew Vehicle Parking Area Will Also Be Constructed Adjacent To The Flightline And New Addition. Project To Include Utilities, Site Improvements, Communications Infrastructure, Signage, Lighting, And All Necessary Supporting Work For A Complete And Usable Facility. facility Will Be Designed As Permanent Construction In Accordance With Department Of Defense Unified Facilties Criteria 1-200-01. This Project Will Comply With Department Of Defense Antiterrorism/force Protection Requirements Per Unified Facilities Criteria 4-010-01. Air Conditioning: 15 Tons. renovation Of Roughly 1,961 Square Feet (sf) (182 Square Meters) Within B1232, Including Metal Stud And Gypsum Board Interior Walls, Interior Finishes, Heating, Ventilation, And Air Conditioning (hvac), And Electrical And Communications Systems. The Renovated Areas Will Provide Space For 940 Arw Aircrews, Which Include Kitchens, Restrooms, Administrative Space, And Dining/briefing Areas. This Project Includes All Mechanical, Electrical, Civil, And Structural Repairs For A Complete And Usable Facility. the Contract Duration Is Expected To Be 443 Days From Notice To Proceed. 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 Is 236220 -commercial And Institutional Building Construction. type Of Set-aside:this Acquisition Will Be Set-aside 100% For Small Businesses. selection Process:this Is A Design/bid/build Procurement, Invitation For Bid, Sealed Bid. discussions:the Government Intends To Award Without Discussions But Reserves The Right To Conduct Discussion Should It Be Deemed In The Government's Best Interest. construction Magnitude:the Magnitude Of This Construction Project Is Anticipated To Be Between $5 Million And $10 Million In Accordance With Far 36.204. anticipated Solicitation Release Date:the Government Anticipates Releasing The Solicitation On Or About 06 February 2025. Additional Details Can Be Found In The Solicitation When It Is Posted Towww.sam.gov solicitation Website:the Official Solicitation, When Posted, Will Be Available Free Of Charge By Electronic Posting Only And May Be Found At The Contracting Opportunities Website,www.sam.gov. Paper Copies Of The Solicitation Will Not Be Issued. Telephone And Fax Requests For This Solicitation Will Not Be Honored. Project Files Are Portable Document Format (pdf) Files And Can Be Viewed, Navigated, Or Printed Using Adobe Acrobat Reader. To Download The Solicitation For This Project, Contractors Are Required To Register At The Federal Business Opportunities Website Atwww.sam.gov. Amendments, If/when Issued, Will Be Posted To The Above Referenced Website For Electronic Downloading. This Will Be The Only Method Of Distributing Amendments Prior To Closing; Therefore, It Is The Offerors Responsibility To Check The Website Periodically For Any Amendments To The Solicitation. registrations: offerors Shall Have And Shall Maintain An Active Registration In The Following Database: 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 Adam Brooks At Adam.m.brooks@usace.army.mil. this Announcement Serves As The Advance Notice For This Project. Responses To This Synopsis Are Not Required.
Province Of Rizal Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 286.2 Million (USD 4.8 Million)
Details: Description A. Contract Id: Rizal-03february2025-31 B. Name Of Project: Construction Of College Of Medicine Building At Urs Taytay At Brgy. San Juan, Taytay, Rizal C. Location: Brgy. San Juan, Taytay, Rizal D. Brief Description: Construction Of Building. E. Major Item Of Work: Concrete Works; Rebar Works; Formworks; Steel Works; Architectural Works; Plumbing Works; Electrical Works; Mechanical Works; Afss; Electronic Works; Board File. F. Approved Budget For The Contract (abc): Php 286,228,136.20 G. Duration: 650 Cd
Offizielle Bezeichnung Tender
Others
Germany
Closing Date10 Feb 2025
Tender AmountRefer Documents
Description: Contract notice - General guideline, standard regulation Open procedure (construction work) Building 7, windows and sun protection Joinery work (DIN 18 355); Building 7, windows and sun protection Removal and disposal 54 pieces of plastic windows, Removal and disposal 19 pieces of surface-mounted venetian blinds, 49 pieces of plastic windows in various sizes Uw 0.9 Rc2-certified, 2 pieces of plastic doors Uw 1.3 Rc2-certified, 16 pieces of front-mounted venetian blinds, electric
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: Sources Sought Notice Only No# 36c26125r00030
no Solicitation Is Currently Available. project Title: Install Fall Protection, Fresno Va Medical Center place Of Performance
va Central California Health Care System, Fresno Va Medical Center, 2615 East Clinton Avenue, Fresno, Ca 93703 description: The Resulting Solcitation Will Be A Construction Services Proposal Request. Title: Install Fall Protection, Fresno Va Medical Center
point Of Contact: Rosario Chaidez, Contract Specialist, Email: Rosario.chaidez1@va.gov
all Associated Project Documents Shall Be Incorporated Into The Proposal Request Which Shall Be Posted Electronically Through Https://sam.gov At A Future Date.
inquiries Will Only Be Accepted In Writing Via Email To Rosario.chaidez1@va.gov On Or Before Thursday, February 6, 2025, By 4:30pm (pt)
subject: Sources Sought Notice, Install Fall Protection, Fresno Va Medical Center, Project No. 570-21-109, Fresno Va Medical Center
the Government Does Not Intend To Award A Contract On The Basis Of This Sources Sought Notice Or To Otherwise Pay For The Information Solicited. All Information Contained In This Sources Sought Announcement Is Preliminary, As Well As Subject To Modification.
although Proposal, Offeror, Contractor, And Offeror May Be Used In This Sources Sought Notice, Any Response Will Be Treated As Information Only. It Shall Not Be Used As A Proposal.
the Purpose Of This Sources Sought Is To Conduct Market Research To Support The Project Identified Above. This Notice Serves To Survey The Market In An Attempt To Ascertain Whether Or Not Sources Are Capable Of Providing The Requested Services. This Notice Allows Potential Contractors/vendors To Submit A Non-binding Statement Of Interest And Documentation Demonstrating Their Capability. The Sources Sought Effort Is Intended To Assess Industry Capabilities And Develop/support The Intended Direction Of Acquisition Planning. The Network Contracting Office (nco 21) Is Requesting Responses From Qualified Business Concerns; The Qualifying Naics Code For This Effort Is 236220 Commercial And Institutional Building Construction.
this Sources Sought Notice Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classifications (service Disabled/veteran Owned Small Business (sdvosb/vosb), Hub Zone, 8(a), Small, Small Disadvantaged, Woman-owned Small Business, Or Large Business) Relative To Naics 236220. Responses To This Notice, Will Be Used By The Government To Make Appropriate Acquisition Decisions. Based Upon Information Received In Response To This Sources Sought Notice, The Government Shall Make A Determination 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. After Review Of The Responses To This Notice, A Solicitation Announcement May Be Published. Responses To This Notice Are Not Considered Adequate Responses To Any Corresponding Solicitation Announcement. All Interested Offerors Will Have To Respond To The Solicitation Announcement In Addition To Responding To This Notice.
issuance Of This Notice Does Not Constitute Any Obligation Whatsoever On The Part Of The Government To Procure These Services, Or To Issue A Solicitation, Nor To Notify Respondents Of The Results Of This Notice. No Solicitation Documents Exist At This Time; However, In The Event The Acquisition Strategy Demonstrates That An Internal Contracting Vehicle Is A Viable Option For Procuring A Solution, The Request For Proposal (rfp) Shall Be Posted Internally. The Department Of Veterans Affairs Is Neither Seeking Quotes Nor Accepting Unsolicited Quotes, And Responses To This Notice Cannot Be Accepted As Offers. Any Information Received From A Contractor In Response To This Sources Sought Notice May Be Used In Creating A Solicitation. Any Information Received Which Is Marked With A Statement, Such As Proprietary Or Confidential, Intended To Restrict Distribution Will Not Be Distributed Outside Of The Government, Except As Required By Law. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Sources Sought.
background: The Department Of Veterans Affairs Is Seeking Vendors Who Can Provide All Materials, Labor, Tools, Equipment, Transportation, Supervision, Project Management, Administrative Support, And Specialized Expertise To Perform The Work Cited In The Scope Of Work, Drawings, And Construction Specifications To Install Fall Protection At The Fresno Va Medical Center, In Fresno, California. The Vendors Must Demonstrate The Ability To Meet All Requirements For This Notice. See Drafts Of The Statement Of Work (sow), Specifications, And Drawings For All Details.
the Applicable North American Industry Classification System (naics) Code Is 236220 Commercial And Institutional Building Construction, And The Small Business Size Standard Is $45.0 Million. Psc Code Is Z2da Repair Of Alternation Of Hospitals And Infirmaries. In Accordance With Far 36.204 Disclosure Of The Magnitude Of This Construction Project Is Anticipated Between $1,000,000 And $5,000,000.
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 Small Business Administration S (sba) Veteran Small Business Certification (vetcert) At Https://veterans.certify.sba.gov/#home. instructions:
because The Solicitation Strategy Is Dependent Upon Responses To This Sources Sought Notice, Interested Parties Are Encouraged To Provide Complete And Accurate Responses To All Items, A Through Which Should Be Limited To A Brief Description, One Page (1) Page (including Cover Letter). If Any Portions Seem Unclear, Prohibited, And/or You Are Unsure About The Draft Descriptions Of The Requirement Please List Your Comments And/or Concerns In Your Response So They Can Be Addressed.
a) Statement Of Capablility - Demonstrate How Your Company Can Provide The Requested
services That Are Required In The Attached Statement Of Work (sow) Both In Magnitude And Scope. Include Past Experience (within The Past Five Years) In Similar In Both In Magnitude And Scope Services To The Va, Other Government (federal Or State) Agencies, Or A Private Facility. Include General Information, A Brief Description Of The Work, And The Total Magnitude Of Each Project. b) Socio-economic Status - Specify Under Which Disadvantaged Group And If Your Firm Is Certified Under Section 8(a) Of The Small Business Act. Indicate If Your Firm Is A Certified Service- Disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb).
c) Include The Cage Or Sam Unique Entity Identifier (uei) Number Of Your Firm On Your Response.
d) Bonding Capability; Per Contract And Aggregate. Provide Amount Of Aggregate Bonding Currently Available (i.e. Amount Not Committed).
e) Questions Please Provide Answers To The Following Questions:
1. Does The Magnitude Of Construction Seem Feasible?
2. Is The Period Of Performance Listed In The Statement Of Work Reasonable?
3. Has Your Firm Performed A Similar Project In Scale To Installing Fall Protection? If So, How Recent?
4. Has Your Firm Completed An Installation Of Fall Protection On Hospital Buildings Before Or In A Hospital Environment? What Would Be Your Proposed General Method?
5. Has Your Firm Had Previous Experience With Working With The Government Or The Va Specifically?
6. This Work Will Require Experienced Journeymen Technicians. Are Such Employees On Staff Or Will The Service Need To Be Subcontracted? If A Subcontractor Is Needed, How Long Or How Many Previous Jobs Of Similar Scale And Scope Have Your Firms Worked Together?
7. If Known, What Are Any Estimated Lead Times For This Project Materials And Any Potential Supply Chain Disruptions Or Other Issues You Foresee?
if Interested, Responses Are Due In Writing Only By 4:30pm (pt), Thursday, February 6, 2025. Please Submit E-mail Responses To Rosario Chaidez, Contract Specialist, At Email Address: Rosario.chaidez1@va.gov. Please Place Response To Sources Sought Notice For Install Fall Protection At Fresno Va Medical Center In The Subject Line Of Your Email. This Notice Is To Assist The Va In Determining Sources Only. disclaimer this Sources Sought Notice Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Sources Sought Notice 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 Sources Sought Notice. ----- End Of Sources Sought Notice-----
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Invitation For Bids (ifb) Set-aside For Small Businesses naics Code: 236220 - Commercial And Institutional Building Construction the Florida National Guard Intends To Issue An Invitation For Bids To Award A Single Firm Fixed-price Construction Contract To Provide All Plant, Labor, New And Current Material, Transportation, Tools, Equipment, Appliances, Supplies, Services, Permits, Insurance, And Supervision Necessary To Construct The F-35 Combined Weapons Facility (cwf). In Support Of The F-35 Conversion, This Project Consists Of Constructing A 22,696 Square-foot Consolidated Weapons Facility With A Hangar Bay For Load Crew Training, Back-shops For Weapons And Release Systems Shops, Admin/offices, Classroom, Break Room, And Restroom. The Project Will Also Include Environmental Remediation Of The Project Site, Demolition Of Existing Structures (b1404, B1422, B1022), And Installation Of Asphalt And Concrete Pavements In Accordance With Specifications B-3 Project # Lsga239001 And Drawings B-3 Project # Lsga239001. The Cwf Will Be Located On The Flight Line, West Of The Sunshades. specification Of Brand Name Items: advantor Security System, Best Locks Key Cores, Jci Metasys Ddc Controls And Monaco Fire System Are Sole Source/brand Name Specific For Compatibility With Existing Installation Systems (noted Justifications Will Be Included With Solicitation). optional Line Items: No Options Are Intended. the Contract Duration Will Be 540 Calendar Days After Notice To Proceed To Include Inspection And Punch List. This Project Is Set Aside 100% For Small Businesses. The North American Industry Classification System (naics) Code Is 236220, With A Small Business Size Standard Of $45,000,000. The Magnitude Of Construction Is Between $10,000,000 And $25,000,000. the Tentative Date For Issuing The Solicitation Is On-or-about 4 February 2025. The Tentative Date For The Pre-bid Conference Is On-or-about 18 February 2025, 0900 Local Time, Location To Be Provided In The Solicitation. Interested Contractors Are Encouraged To Attend And Shall Follow Conference Registration And Base Access Requirements Shown In The Solicitation. A Site Visit Will Follow The Pre-bid Conference. All Questions For The Pre-bid Conference Must Be Submitted By 13 February 2025 Via Email To 125msg.msc.contracting@us.af.mil, Frederick.cherry.1@us.af.mil, Mark.penwell.1@us.af.mil, And Matthew.j.michael2.civ@army.mil. the Bid Opening Date Is Tentatively Planned For On-or-about 6 March 2025 0900am. Actual Dates And Times Will Be Identified In The Solicitation. Interested Offerors Must Be Registered In The System For Award Management (sam). To Register Go To Www.sam.gov. Instructions For Registering Are On The Web Page (there Is No Fee For Registration). the Solicitation And Associated Information Will Be Available Only From The Contract Opportunities Page At Https://sam.gov. You Will Then Need To Access Sam To Find The Contracting Opportunity. your Attention Is Directed To Far Clause 52.219-14(e)(3), Limitations On Subcontracting, Which States “by Submission Of An Offer And Execution Of A Contract, The Offeror/contractor Agrees In Performance Of The Contract For General Construction, It Will Not Pay More Than 85 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor’s 85 Percent Subcontract Amount That Cannot Be Exceeded”. in Accordance With Far 36.211(b), The Following Information Is Provided: the National Guard Has No Agency-specific Policies Or Procedures Applicable To Definitization Of Equitable Adjustments For Change Orders Under Construction Contracts Other Than Those Described At Far 43.204, Dfars 243.204 And Afars 5143.204. data For The Prior 3 Fiscal Years Regarding The Time Required To Definitize Equitable Adjustments For Change Orders Under Construction Contracts For The National Guard Is Currently Not Available But Will Be Compiled And Provided In Future Announcements. disclaimer: The Official Plans And Specifications Are Located On The Official Government Webpage And The Government Is Not Liable For Information Furnished By Any Other Source. Amendments, If/when Issued Will Be Posted To Contract Opportunities For Electronic Downloading. This Will Normally Be The Only Method Of Distributing Amendments Prior To Closing; Therefore, It Is The Offeror’s Responsibility To Check The Website Periodically For Any Amendments To The Solicitation. Websites Are Occasionally Inaccessible For Various Reasons. The Government Is Not Responsible For Any Loss Of Internet Connectivity Or For An Offeror’s Inability To Access The Documents Posted On The Referenced Web Pages. The Government Will Not Issue Paper Copies.
Sunflower County Tender
Civil And Construction...+1Drainage Work
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: Advertisement For Bids Separate Sealed Bids Will Be Received By Sunflower County, Sunflower County Mcwi Grant Project For Rome Sewer System Improvements, Mdeq No. 505-2-cw-5.5, Project No. 94-23 Until December 2, 2024, At 10:00 A.m., At The Sunflower County Courthouse At 200 Main St., Indianola, Ms 38751 At Which Time And Place Bids Will Be Opened And Read Aloud. The Notice And Instruction To Bidders, Form Of Bid, Form Of Contractor, Plans And Specifications, Form Of Bid Bond, Performance And Payment Bond, And Other Contract Documents Are On File And Open To Public Inspection At The Following Address: Sunflower County Courthouse, 200 Main St., Indianola, Ms 38751 Copies May Be Obtained From The Office Of Gardner Engineering, P.a. At The Following Location Upon Payment Of $100.00, None Of Which Is Refundable. Gardner Engineering, P.a. P. O. Drawer A 216 Second Street Indianola, Ms 38751 Telephone 662- 887-1862 The Bid Schedule May Be Examined At The Following Locations: Mississippi Procurement Technical Assistance Program (mptap), Mississippi Development Authority, Minority & Small Business Development, Woolfolk Building, 501 North West Street, Suite B 01, Jackson, Ms 39201 Northeast Ms Apex Office, 318 7th Street North, Columbus, Ms 39703 The Owner Reserves The Right To Waive Any Informalities Or To Reject Any And All Bids, Each Bidder Must Deposit With His Bid, Security In The Amount, For And Subject To The Conditions Provided In The Notice And Instructions To Bidders. Bidders Must Comply With The Anti-kickback Act, The Contract Work Hours And Safety Standards Act, And The President’s Executive Order No. 11246. All Bids Submitted In Excess Of $50,000 By A Prime Or Subcontractor To Do Erection, Building, Construction, Repair, Maintenance, Or Related Work, On Public Projects Must Comply With Section 31-3-21, Mississippi Code Of 1972, Must Have A “certificate Of Responsibility” License. Where Applicable, The Foregoing Certificate Number And License Number Must Be Indicated On The Exterior Of The Sealed Bid Envelope Before It Can Be Opened. Certification Of Non-segregated Facilities: The Contractor Must Complete The Certification Of Non-segregated Facilities Included In The Specifications. Minority And Women’s Business Enterprises Are Solicited To Bid On This Contract As Prime Contractors And Are Encouraged To Make Inquiries Regarding Potential Subcontracting Opportunities And Equipment, Material, And/or Supply Needs. Any Contract Or Contracts Awarded Under This Invitation For Bids Are Expected To Be Funded In Whole Or In Part By Anticipated Funds From The Arpa Rural Water Associations Infrastructure Grant (rwaig). Neither The State Of Mississippi, The Local Governments And Rural Water Systems Improvements Board, Nor Any Of Their Employees Is Or Will Be A Party To This Invitation For Bids Or Any Resulting Or Related Contracts. This Procurement Will Be Subject To All Applicable Sections Of The Mississippi Code Of 1972, Annotated, As They Apply To Local Governments, In Accordance With Rwaig Program Regulations. Based On The Assistance Listing: Coronavirus State And Local Fiscal Recovery Funds And Part 2 Of The Us Treasury State And Local Fiscal Recovery Funds Compliance And Reporting Guidance (v3.0 February2022) (compliance Guide), The Following Uniform Guidance Provisions Will Be Required In All Contracts: Subpart A, Acronyms And Definitions Subpart B, General Provisions Subpart C, Pre-federal Award Requirements And Contents Of Federal Awards (except 2 Cfr 200.204, .205, .210, And .213) Subpart D, Post Federal; Award Requirements (except 2 Cfr 200.305(b)(8) & (9), .308, .309, And .320(c)(4)) Subpart E, Cost Principles Subpart F, Audit Requirements 2 Cfr Part 25 (universal Identifier & System For Award Management) 2 Cfr Part 170 (reporting Subaward And Executive Compensation Information) 2 Cfr Part 180 (omb Guidelines To Agencies On Governmentwide Debarment And Suspension (non-procurement) 2 Cfr 200 Appendix Ii Contract Items The Principal Items Of Work Under This Contract Are: 2 - Each - Pump Station Rehabilitation Sunflower County By: /s/ Gloria S. Mcintosh Clerk, Board Of Supervisors Date: October 21, 2024 To: The Enterprise-tocsin Please Publish: October 25, 2024, And November 1, 2024 Proof Of Publication To: Sunflower County Gloria Mcintosh Chancery Clerk P.o. Box 988 Indianola, Ms 38768 And Ronald Cassada, P.e., P.l.s. Gardner Engineering. P.a. P.o. Drawer A Indianola, Ms 38751
2741-2750 of 4278 archived Tenders