Building Construction Tenders

Building Construction Tenders

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 2.4 Million (USD 42.3 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Region Iii Office Of The District Engineer Nueva Ecija 1st District Engineering Office Talavera, Nueva Ecija Annex "a" Invitation To Bid For Construction (completion) Of Multi-purpose Building, Barangay Osmeña, Talugtug, Nueva Ecija 1. The Dpwh, Nueva Ecija 1st District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php2,475,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ce0200 Construction (completion) Of Multi-purpose Building, Barangay Osmeña, Talugtug, Nueva Ecija Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Nueva Ecija 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction (completion) Of Multi-purpose Building, Barangay Osmeña, Talugtug, Nueva Ecija Contract Id No. : 25ce0200 Locations : Nueva Ecija Brief Description : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : ₱2,475,000.00 Contract Duration : 120.00 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For General Building . The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. 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 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh, Nueva Ecija 1st District Engineering Office And Inspect The Bidding Documents At La Torre, Talavera, Nueva Ecija During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 - February 05, 2025 From The Address 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 Php5,000.00 . 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh, Nueva Ecija 1st District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 ; 10:00 Am At The Office Of The Bac Secretariat, Dpwh, Nueva Ecija 1st District Engineering Office, La Torre, Talavera, Nueva Ecija Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_nuevaecija1@dpwh.gov.ph For Electronic Submission On Or Before February 05, 2025 ; 10:00 Am . All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 05, 2025 ; 10:00 Am At The Office Of The Bac Secretariat, Dpwh, Nueva Ecija 1st District Engineering Office, La Torre, Talavera, Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh, Nueva Ecija 1st District Engineering Office 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: John Vincent D. Salazar Bac Secretariat Head 0945 266 6231 Salazar.john_vincent@dpwh.gov.ph Fe F. Sumang Bac Vice Chairperson 0945 266 6231 Sumang.fe@dpwh.gov.ph Approved By: Fe F. Sumang Bac Vice Chairperson Noted By: Jun P. Vana, Ph.d. Oic - District Engineer Date Of Advertisement: January 17, 2025 - February 05, 2025

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 5.9 Million (USD 101.5 K)
Description: 25ce0203: Construction Of Multi-purpose Building, Barangay Licaong, Science City Of Muñoz, Nueva Ecija , Construction Projects ,department Of Public Works And Highways - Nueva Ecija 1st Deo

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Description: 25ce0196: Construction Of Multi-purpose Building, Barangay Victoria, Llanera, Nueva Ecija , Construction Projects ,department Of Public Works And Highways - Nueva Ecija 1st Deo

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 3.9 Million (USD 67.7 K)
Description: 25ce0197: Construction Of Multi-purpose Building, Barangay Del Pilar, Rizal, Nueva Ecija , Construction Projects ,department Of Public Works And Highways - Nueva Ecija 1st Deo

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 5.9 Million (USD 101.5 K)
Description: 25ce0195: Construction Of Multi-purpose Building, Barangay Gen. Ricarte, Llanera, Nueva Ecija , Construction Projects ,department Of Public Works And Highways - Nueva Ecija 1st Deo

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Description: 25ce0210: Construction Of Multi-purpose Building, Barangay Salazar, Carranglan, Nueva Ecija , Construction Projects ,department Of Public Works And Highways - Nueva Ecija 1st Deo

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 3.9 Million (USD 67.7 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Region Iii Office Of The District Engineer Nueva Ecija 1st District Engineering Office Talavera, Nueva Ecija Annex "a" Invitation To Bid For Construction (completion) Of Multi-purpose Building, Barangay Ilog Baliwag, Quezon, Nueva Ecija 1. The Dpwh, Nueva Ecija 1st District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php3,960,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ce0050 Construction (completion) Of Multi-purpose Building, Barangay Ilog Baliwag, Quezon, Nueva Ecija Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Nueva Ecija 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction (completion) Of Multi-purpose Building, Barangay Ilog Baliwag, Quezon, Nueva Ecija Contract Id No. : 25ce0050 Locations : Nueva Ecija Brief Description : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : ₱3,960,000.00 Contract Duration : 120.00 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For General Building . The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. 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 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh, Nueva Ecija 1st District Engineering Office And Inspect The Bidding Documents At La Torre, Talavera, Nueva Ecija During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On October 30, 2024 - November 19, 2024 From The Address 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 Php5,000.00 . 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh, Nueva Ecija 1st District Engineering Office Will Hold A Pre-bid Conference On November 06, 2024 ; 10:00 Am At The Office Of The Bac Secretariat, Dpwh, Nueva Ecija 1st District Engineering Office, La Torre, Talavera, Nueva Ecija Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_nuevaecija1@dpwh.gov.ph For Electronic Submission On Or Before November 19, 2024 ; 10:00 Am . All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On November 19, 2024 ; 10:00 Am At The Office Of The Bac Secretariat, Dpwh, Nueva Ecija 1st District Engineering Office, La Torre, Talavera, Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh, Nueva Ecija 1st District Engineering Office 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: John Vincent D. Salazar Bac Secretariat Head 0945 266 6231 Salazar.john_vincent@dpwh.gov.ph Jun P. Vana, Ph.d. Bac Chairperson 0945 266 6231 Vana.jun@dpwh.gov.ph Approved By: Jun P. Vana, Ph.d. Bac Chairperson Noted By: Osias A. Santos District Engineer Date Of Advertisement: October 30, 2024 - November 19, 2024

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 39.7 Million (USD 685.7 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Metro Manila 1st District Engineering Office 2555 Westbank Road, Manggahan Floodway, Rosario, Pasig City Invitation To Bid 1. The Metro Manila 1st District Engineering Office, Through The Gaa 2024 Intends To Apply The Sum Stated Below Being The Approved Budget For The Contract (abc) To Payments For The Listed Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Metro Manila 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: A) Contract Id No. : 24ob0520 Name Of Contract : Construction Of 4-storey 12-classroom School Building In Napindan Integrated Elementary School Phase 1 (2sty6cl), Barangay Napindan, Taguig City Location : Taguig City Scope Of Works : Buildings: Construction - With Piles - Low Rise - Concrete (frame) - Cast-in-place Piles (1 To 5 Storeys) Approved Budget For The Contract : Php 39,799,486.36 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category As Stated In Each Contract. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. 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 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Metro Manila 1st District Engineering Office And Inspect The Bidding Documents At West Bank Road, Manggahan Floodway, Rosario, Pasig City During Weekdays From 7:00 A.m To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 16, 2024 - January 07, 2025 From The Address 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 Specified In Each Contract 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Metro Manila 1st District Engineering Office Will Hold A Pre-bid Conference On December 26, 2024 At 1:00p.m. At Mm1deo-conference Room, Rosario, Pasig City, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_metromanila1@dpwh.gov.ph For Electronic Submission On Or Before January 07, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 07, 2025 Immediately After The Deadline For Submission Of Bids At Dpwh-mm1deo Conference Room, Rosario, Pasig City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Metro Manila 1st District Engineering Office 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Rodel A. Santos Eduardo B. Del Rosario Head, Bac Secretariat Bac Chairman Bac Office: Mm1deo, Rosario, Pasig City Bac Office: Mm1deo, Rosario, Pasig City Telephone No.: (02) 8641-44-08 Telephone No.: (02) 8641-44-08 Approved By: Eduardo B. Del Rosario Chief, Construction Section Bac Chairman Noted: Aristotle B. Ramos District Engineer

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date10 Jan 2025
Tender AmountPHP 15.8 Million (USD 272.9 K)
Details: Description Name Of Contract : Construction Of Multi-purpose Bldg., Brgy. Bamban, Masinloc, Zambales Contract Id No. : 25cl0099 Location : Masinloc, Zambales Scope Of Works : Construction Of Building Approved Budget For The Contract : P 15,839,956.55 Contract Duration : 150 Calendar Days Pre-bid Conference On December 27, 2024, 9:00 A.m. At Bidding Room 2nd Floor, Department Of Public Works And Highways – Zambales 1st District Engineering Office, Iba, Zambales Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At (electronicbids_zambales1@dpwh.gov.ph) For Electronic Submission On Or Before January 10, 2025, 10:00 A.m. Eligibility Checking On Cwa, 10:00 -10:30 A.m. Bid Opening Shall Be On January 10, 2025 At 10:30 A.m. At Bidding Room 2nd Floor, Department Of Public Works And Highways – Zambales 1st District Engineering Office, Iba, Zambales Https://www.youtube.com/channel/ucpwxse8q1js6hynulqyh1og

DEPT OF THE ARMY USA Tender

Others
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents 
Details: The Corps Of Engineers Omaha District Is Soliciting Comments From The Construction Community Addressing The Potential Use Of Project Labor Agreements (pla) For Large Scale Construction Projects (exceeding $35 Million) Within The United States Air Force Academy (colorado Springs), Colorado Area provide Your Responses Nlt 2pm, Central Time, 07 February 2025 To Scott.dwyer@usace.army.mil. Ensure Your Response Is Limited To 5 Pages And The Subject Line Of Your Response Includes “pla Survey – Renovate Sijan Hall Phase One” And The Pla Id Number: W9128f25sm010. Please Provide Your Contact Information In The Body Of The Email. a Pla Is Defined As A Pre-hire Collective Bargaining Agreement Between A Prime Contractor And One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s. C. 158(f). Federal Acquisition Regulation (far 22.503) Policy Provides That: (a) Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects. (b) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor, Or Certain Subcontractors, Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will (i) Advance The Federal Governments Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards And Other Matters; And (ii) Be Consistent With Law. Reference: Far 52.222-33 Notice Of Requirement For Project Labor Agreement; Far 52.222-34 Project Labor Agreement. request Responses To The Following Questions: (1) Do You Have Knowledge That A Pla Has Been Used In The Local Area On Projects Of This Kind? If So, Please Provide Supporting Documentation. (2) Are You Aware Of Skilled Labor Shortages In The Area For Those Crafts That Will Be Needed To Complete The Reference Project? If So, Please Elaborate And Provide Supporting Documentation Where Possible. (3) Are You Aware Of Time Sensitive Issues/scheduling Requirements That Would Affect The Rate At Which The Referenced Project Should Be Completed? If So, Please Elaborate And Provide Supporting Documentation Where Possible. (4) Identify Specific Reasons Why Or How You Believe A Pla Would Advance The Federal Government’s Interest In Achieving Economy And Efficiency In Federal Procurement. (5) Identify Specific Reasons Why You Do Not Believe A Pla Would Advance The Federal Government’s Interest In Achieving Economy And Efficiency In Federal Procurement. (6) Identify Any Additional Information You Believe Should Be Considered On The Use Of A Pla On The Referenced Project. (7) Identify Any Additional Information You Believe Should Be Considered On The Non-use Of A Pla On The Referenced Project. the Information Gathered In This Survey Should Include The Following Information On Projects Completed In The Last 2 – 5 Years: project Name And Location detailed Project Description initial Cost Estimate Vs. Actual Final Cost was The Project Completed On Time? number Of Craft Trades Present On The Project was A Pla Used? were There Any Challenges Experienced During The Project? project Description: this Upcoming Solicitation Will Be Executed Using A Design-bid-build (dbb) Project Delivery Method, Which Will Require The Contractor To Provide The Government With A Complete Facility And Warranty Based On The Request For Proposal (rfp). the Project Will Be Located At The United States Air Force Academy In Colorado Springs Colorado. The Project Will Include Various Types Of Horizontal And Vertical Scope, Including Architectural, Interior Design, Mechanical, Electrical, Exterior Envelope, Structure, Fire Protection, And Site Improvements. Sijan Hall (building 2348) Is The Second Of The Two Cadet Dormitory Buildings At The United States Air Force Academy, Located In Colorado Springs, Colorado, And Construction Was Completed In 1968. The Primary Function Of Sijan Hall Is A Dormitory For Cadets And Was Designed To House 2,520 Students In 1968; Currently There Are 1,926 Cadets That Occupy Sijan. several Other Ancillary Functions Are Also Housed In Sijan Hall. This Six-story Building Is Located On The South Side Of The Cadet Area. The Facility With Approximately 625,300 Square Feet Is Listed As A Part Of The Air Force Academy’s National Historic District. the Renovation Of Sijan Hall Will Be Broken Up Into Five (5) Stand-alone Phases, With Each Phase To Be Constructed Independently, To Accommodate The Relocation Of Displaced Cadets And Thus Allow The Remainder Of The Building To Be Open And Operational As Each Phase Is Being Renovated. No Disruptions To Functions Will Be Permitted To The Phases And Portions Of The Building That Are Not Being Renovated. The Focus Of This Pla Survey Is Limited To Phase 1 Which Includes The Renovation Of Approximately 135,000 Sf Of The Building Representing Phase 1. Phase 1 Will Be Solicited As A 100% Design And Will Include, But Not Be Limited To: Interior Renovations, Exterior Curtain Wall Replacement, Mechanical, Electrical, Plumbing, Fire Protection, Life Safety, Energy Management, Any Associated Exterior And Utility Work, And Communication Systems. Other Portions Of The Building Will Be Occupied During Performance Of Work Under Phase 1. Sijan Hall Currently Does Not Meet The Latest Usafa Design Standards, So The Design To Be Constructed Under Phase 1 Will Ensure That Items Replaced Or Upgraded Comply With The Current Usafa Design Standards. Most Of The Existing Building Systems Have Exceeded Their Useful Life And Will Be Removed And Replaced As Part Of This Project. Repairs To The Facility Are Required To Address Repetitive System Maintenance, Prevent Further Deterioration Of The Building’s Systems, Components, And Infrastructure, And Facilitate Future Maintenance Of All New Building Systems And Infrastructure. The Building’s Exterior Envelope And Systems Will Need To Be Modernized To Meet The Requirements Of Unified Facilities Criteria (ufc) 1-200-02, High Performance And Sustainable Building Requirements. phase 1 Renovation Will Address Interior Renovations, New Architectural Finishes And Interior Upgrades, Interior Work Brought Down To The Structure And Rebuilt Per Usafa Standards, The Removal And Abatement Of Asbestos Containing Materials And Lead Based Paint. Phase 1 Will Also Include Removal And Replacement Of All Exterior Curtain Wall Systems Within The Boundary Of Phase 1, And Will Provide All Mechanical, Electrical, Plumbing, And Fire Protection Work Back To The Mechanical Room(s) That Serve The Areas Within Phase 1. Phase 1 Will Also Involve Installing Building Systems To Include Mechanical, Plumbing, Low Voltage, Electrical And Communication Systems; For Example, Isolation Valves And Bypass Capability On The High Temperature Hot Water (hthw) System So Each Mechanical And Plumbing Zone Will Be Independently Isolated. In Addition, Phase 1 Will Include The Replacement Of Three (3) Substations. A Ground Source Heat Pump System Will Be Used For All Phases Of The Sijan Hall Renovation, With Phase 1 Providing The Entire Well Field, Including 160 6” Wells Drilled To Approx. 400+’. This Well Field Will Be Located South Of Sijan Hall And Placed In The Sloped Hillside North Of The Cadet Parking Lot. The Roof Of Sijan Hall Has Been Completely Replaced And Therefore Is Excluded From The Scope Of Work; However, Isolated Repairs May Be Required For Roof Penetrations Associated With Phase 1 Work. the Overall Intent Of This Project Is To Bring The Facility Up To Code. Where Non-code Compliant Building Construction, Components, And Features Are Identified By The Life Safety And Building Code Analysis, They Will Be Corrected As Part Of The Project Construction. As Part Of The Life Safety And Building Code Analysis, The Construction Type Of The Facility Shall Be Identified. The Current Construction Type Will Comply With The International Building Code (ibc) 2018 And Applicable Ufc, Nfpa And Ada. Sijan Hall Will Be Used Primarily As A Dormitory And Will Be Classified As A Residential Group R-2. The Building Will Also Consist Of Small Accessory Assembly And Office Spaces (i.e., Individual Offices And Barber Shop). These Assembly And Office Spaces Will Be Individually Classified Per Sections 302.1 And 508.2 Of The Ibc. All Current Codes, Ufc’s And Usafa Standards Will Be Incorporated Into The Final Product. The Existing Facility Does Not Comply With Ufc 3-600-01, Fire Protection Engineering For Facilities, But Shall Be Brought To Compliance With This Ufc As Part Of This Project. This Ufc Requires Complete Sprinkler Protection Regardless Of Floor Area Or Construction Type. Also, Temporary Fire Rated Barriers Will Be Necessary To Protect Occupied Spaces From Construction Areas. dfars 236.204, Disclosure Of The Magnitude Of Construction Projects: The Estimated Construction Cost Of This Project Is Between $100,000,000 And $250,000,000. the Estimated Period Of Performance Is 730 Calendar Days. Construction Award Is Anticipated In The First Quarter Of Fiscal Year 2026. contractors Responding To This Market Survey Must Submit Their Responses Via E-mail To Scott Dwyer At Scott.dwyer@usace.army.mil No Later Than 2:00 Pm (cst), Friday, 07 February 2025.
4021-4030 of 4283 archived Tenders