Building Construction Tenders

Building Construction Tenders

Offizielle Bezeichnung Tender

Others
Germany
Description: Contract notice - general guideline, standard rule open procedure (construction work) Renovation measure - sanitary installation during special construction times, Julius-Leber-Schule, Seilerstr. 32 The construction measure involves the renovation of the main building in 3 construction phases. Number of storeys: 8 full storeys The construction measure will begin around the end of February 2025 and will be completed in around 39 months until the end of May 2028. Renovation measure - sanitary installation during special construction times, Julius-Leber-Schule, Seilerstr. 32 The construction measure involves the renovation of the main building in 3 construction phases. Number of floors: 8 full floors. Construction work will begin approximately at the end of February 2025 and will be completed in approximately 39 months until the end of May 2028. The following services are carried out: Sanitary installation: - 206 sanitary objects - 21 instantaneous water heaters - 9 waste water lifting stations - 1 TW pressure booster system - 1 hygienic flush - approx. 1432 m of piping DN 12 to DN 65 - approx. 1503 m SML drain pipe DN 50 to DN 150 - approx. 49 m PE drain pipe DN 50 - approx. 18 m gas line DN 12 to DN 25 - 110 various valves DN 15 to DN 65 - approx. 1896 m thermal insulation - 448 pipe bulkheads - 90 fire protection kits - 245 dismantling of sanitary objects - 62 dismantling of various valves DN 15 to DN 65 - 6 dismantling of floor drains - approx. 1433 M Dismantling water pipes Dn 15 to Dn 80 - Approx. 1504 M Dismantling sewage pipes Dn 50 to Dn 150
Closing Date11 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Details: Document Type: Sources Sought Notice – Renovate B.1816 Warehouse For Kc-46a Base Supply, Mcguire Afb, Joint-base-mdl, New Jersey solicitation Number: W912ds25s0008 naics Title:236220 For Commercial & Institutional Building Construction (size Standard $45 Million) sic Code:1542 General Contractors-nonresidential Buildings, Other Than Industrial Buildings & Warehouses contracting Office Address: u.s. Army Engineer District, New York, Cenan-ct, 26 Federal Plaza, New York, N.y. 10278-0090 project Description: the U.s. Army Corps Of Engineers, New York District Is Issuing This Market Research Or Sources Sought Notice Is To Determine If There Is An Adequate Number Of Interested And Qualified Small Businesses Having The Capability And Bonding Capacity For The Following Effort. The Procurement Method For This Solicitation Will Be Competitive Sealed Bidding Also Known As An Invitation For Bids. this Market Research Is For The Construction/renovation Mcguire Afb Within Joint Base-mcguire-dix-lakehurst, New Jersey. The Project Magnitude Is Estimated Between $10- $25 Million. the Construction Includes Renovations, Alterations, Reconfigurations, And Some Addition To The Existing Facility. There Will Be Interior Concrete Floor Stab Thickening Required. Alteration Work Will Include Hvac Systems, Fire Suppression, Carpet/tile, Wall Finishes, Ceiling Material, Interior Electrical Systems, Office Entry Doors, Latrine Fixtures, Main Entrance Canopies & The Reconfiguration Of Interior Walls. A Loading Dock Area Will Be Added/installed Through The Modernization Of One Side Of The Facility To Meet Truck Delivery Needs Of The Facility. Two Water Tanks That Feed The Facility Will Be Identified To Be Demolished And Replaced. The Project Includes Utilities, Site Improvements, Pavements, Communications Infrastructure, And All Other Support Work Necessary To Make A Complete And Useable Facility. responses: responses To This Sources Sought Will Be Used By The Government For Market Research Analysis Only, As An Aid In Its Making Of The Appropriate Acquisition Decision(s); Such As; Use Of A Small Business Set Aside; Or A Small Business Set-aside Within A Specific Socio-economic Category Or Full And Open Competition. this Project Is Planned For Advertisement Starting In Late February 2025 With An Award Approximately By April 2025. The Contract Duration Will Be 540 Calendar Days. The North American Industry Classification System (naics) Code Is For General Construction; 236220 For Commercial & Institutional Facilities. all Interested Businesses Should Notify Brian.h.winters@usace.army.mil By E-mail And Provide A Response To The Questions Below – (1) Prior Construction Performance – Submit / Provide A Brief Description Of Two (2) Past Performed Projects, Completed In The Last Seven (7) Years (defined As Turned Over To The Customer By This Response Due Date), For A Same Or Similar Scope. A. Similar Scope Includes Commercial Or Institutional Construction Projects Requiring The Use & Management Of Multiple Trade-work. Indicate In The Description If The Project Was Completed On Time Or If Delays Were Incurred State Why; (2) Provide A Statement Verifying The Prime Contractor Is Capable And Will Perform Twenty Fifteen (20%) Of The Physical Work And Indicate The Type Of Work (trade) To Be Self-performed By The Prime Contractor. This Doesn’t Include Contract Supervision And Administration Duties; (3) Provide Identification And Verification Of The Company As Small Business For Naics Code 236220. Please Also Include If You Fall Within Any Socio-economic Categories; (4) Provide Cage Code And System For Award Management (sam) Unique Entity Identifier (uei); And (5) The Interested Contractor Must Indicate Their Capability Of Obtaining Performance And Payment Bonds For A Project In The Dollar Amount (price Or Range) Listed Previously, Above In The Description. all Interested Businesses Should Submit Their Responses In Writing By E-mail. The Due Date For Responses Is Approx. 14 Days From This Announcement. email Responses To: Brian.h.winters@usace.army.mil this Is Not A Commitment On The Part Of The Government To Award A Contract As A Result Of This Notice Or To Pay For Any Information Received. This Synopsis Neither Constitutes A Request For Proposal Or Invitation For Bid, Nor Does It Restrict The Government To An Ultimate Acquisition Approach. This Sources Sought Synopsis Should Not Be Construed As A Commitment By The Government For Any Purpose. The Government Does Not Intend To Rank Submittals Or Provide Any Reply To Interested Firms. Submittals Will Be Used For Market Survey Information Only. point Of Contact: e-mail Questions To Us Army Engineer District, New York At Brian.h.winters@usace.army.mil place Of Performance mcguire Afb At Jb-mdl, New Jersey
Closing Date3 Jan 2025
Tender AmountRefer Documents 

Municipality Of Hingyon, Ifugao Tender

Civil And Construction...+1Others
Philippines
Details: Description Republic Of The Philippines Province Of Ifugao Municipal Government Of Hingyon Bids And Awards Committee – Infra Invitation To Bid Publication No. 002 – 2025 (first Posting) January 10, 2025 The Municipal Government Of Hingyon Intends To Apply The Sum Being The Approved Budget For The Contract (abc) To Payments Under The Contracts To Wit: Package No. Location Title Of Projects Approved Budget For The Contract (abc) Package 1: Construction/rehabilitation/improvement Of Various Infrastructure Projects 1 Piwong, Hingyon, Ifugao Awwa Drainage Canal Construction 145,500.00 680,745.74 Bitu, Hingyon, Ifugao Ginawa - Pangkiyan Drainage Canal Construction 194,000.00 Poblacion, Hingyon Ifugao Bonol River Control Construction 193,829.00 Piwong, Hingyon, Ifugao Timmak - Tangngadon Drainage Canal Improvement 147,416.74 Package 2: Construction/rehabilitation/improvement Of Various Infrastructure Projects 2 Cababuyan North, Hingyon, Ifugao Dayu-ung Drainage Canal Construction 145,500.00 534,648.83 O-ong, Hingyon, Ifugao Lower Pitawan Drainage Canal Construction 195,319.83 Cababuyan South, Hingyon, Ifugao Bungubung-pagayape-imaliya Drainage Canal Continuation 193,829.00 Package 3: Construction/rehabilitation/improvement Of Various Infrastructure Projects 3 Umalbong, Hingyon, Ifugao Lilit Pathway Construction 145,500.00 874,366.15 Poblacion, Hingyon Ifugao Tiku-dalimgan Pathway Construction With Railings 146,634.49 Mompolia, Hingyon, Ifugao Balluha-ibaat Pathway Construction 145,500.00 O-ong, Hingyon, Ifugao Mongol-higib Pathway Construction 145,500.00 Cababuyan North, Hingyon, Ifugao Dayu-ung - Gummihad Pathway Rehabilitation/improvement 145,754.92 Cababuyan North, Hingyon, Ifugao Hallihi Railings Construction 145,476.74 Package No. Location Title Of Projects Approved Budget For The Contract (abc) 4 Mompolia, Hingyon, Ifugao Mompolia Multi-purpose Building Construction Continuation 800,000.00 5 Ubuag, Hingyon, Ifugao Barangay Multi-purpose Building Continuation 800,000.00 6 Anao, Hingyon, Ifugao Barangay Multi-purpose Building (continuation) 800,000.00 7 Mompolia, Hingyon, Ifugao Barangay Mompolia Multi-purpose Hall Ground Improvement 194,000.00 8 Piwong, Hingyon, Ifugao Piwong Water System Construction 252,200.00 9 O-ong, Hingyon, Ifugao Pitawan Elementary School Stage Construction 292,500.00 10 Cababuyan North, Hingyon, Ifugao Natdukan-ihogwab Tire Path Construction 388,000.00 Total Abc. . . 5,616,460.72 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Municipal Government Of Hingyon, Ifugao Now Invites Sealed Bids From Eligible Bidders For The Above Listed Projects. Completion Of The Works Is Required. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents. Bidding Will Be Conducted Through Open Competitive Bidding Procedures As Specified In The Implementing Rules And Regulations (irr) Of Republic Act No. 9184, Otherwise Known As The Government Procurement Reform Act. Interested Bidders May Obtain Further Information From The Municipal Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m. From January 12 To 20, 20254. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Upon Payment Of The Applicable Fee, Pursuant To The Latest Guidelines Issued By The Gppb, At The Municipal Treasurer’s Office, Hingyon, Ifugao. The Bidding Documents Shall Be Received Personally By The Bidder Or His Authorized Representative During Office Hours On January 12 To 20, 2025 At The Municipal Bids And Awards Committee Office, Hingyon, Ifugao. Bids Must Be Delivered To The Address Below On Or Before January 20, 2025 At 10:00 A.m. Said Bids Shall Be Opened In The Presence Of Interested Bidders Or Their Authorized Representatives At The Municipal Bids And Awards Committee Office. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Municipal Government Of Hingyon Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Ernesto P. Bulayo Bac Chairperson Lgu Hingyon, Ifugao Contact No. 09663688702 Sgd. Ernesto P. Bulayo Mbac Chairperson
Closing Date20 Jan 2025
Tender AmountPHP 5.6 Million (USD 95.8 K)

NATIONAL PARK SERVICE USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Proposals Or Invitation For Bid. There Is Not A Solicitation, Specifications, Or Drawings Available At This Time.the National Park Service (nps), Contracting Operations (conops) West Is Seeking Qualified Small Business Firms Capable Of Performing Construction Services At Golden Gate National Recreation Area, Stinson Beach, California. The Contract Resulting From The Solicitation Will Require That Contractors Manage Multiple Construction Fields And Components. Description: Replace Stinson Beach Lifeguard Tower And Visitor Snack Bar.this Project Will Encompass Multiple Construction Components And Will Require A Contractor To Be Knowledgeable Of Both State And Federal Regulations As Well As Natural Resource Protection, Specifically Dunes, While Working In Marine/coastal Conditions. The Projected Scope Of Work Will Include Complete Facility Demolition, Materials Testing, Potential Hazardous Material Abatement, And The Proper Disposal Of All Materials. Construction Will Include Wood And Deep Concrete Pile Driving, Concrete Foundation Construction, Site Utilities Work (gas, Electric, Communications), Water & Wastewater , Hvac, Commercial Kitchen Installation, Structural Steel Construction, Tower Observation Platform/lantern Installation, Finish Quality Exterior And Interior Carpentry, And Asphalt/concrete Paving. The Selected Contractor Will Be Responsible For All Labor, Supervision, Engineering, Permitting, Materials, Equipment, Tools, Parts, Supplies, And Transportation To Perform The Services Described In The Specifications And Drawings For The Project. Pmis #¿s: 318662, 326935, 342029 The North American Industry Classification System (naics) Code For This Requirement Is 236220, Commercial And Institutional Building Construction. The Small Business Size Standard Is $45,000,000.project Magnitude: Between $1,000,000 And $5,000,000.if You Are Interested, Please Submit Your Response Electronically Via Email To Juan_roman@nps.gov By The Response Date Of January 10, 2025, At 4:00pm Pst. If You Chose To Submit A Package, Clearly Identify The Notice Number 140p8525r0003 In The Title Of The Email And On All Documents. It Is Requested That Interested Small Businesses Submit A Response That Demonstrates The Ability To Perform The Services Described.all Responses Should Include: (1) The Attached Contractor Information Form.(2) Capabilities Statement For Your Company. The Capabilities Submitted Should Demonstrate Same Or Similar Experience. (3) Information On Past Projects. All Past Projects Must Have Been Completed Within The Last 5 Years From The Response Date Of This Notice. Projects Should Demonstrate Experience That Encompasses A Variety Of Construction Services In The Cost Range Described Above. A Maximum Of 10 Detailed Project Descriptions May Be Submitted. A List Of Other Projects Completed Within The 5-year Time Span May Also Be Submitted. Project Information Should Contain A Project Description, Contract Number, Dollar Amount Including % Over / Under Project Budget, Change Orders Total Cost And % Of Final Costs, Duration Including % Over / Under Initial Schedule, Project Tracking And Communications Tools Used, Location, Customer Point Of Contact Information Including Email And Telephone, And Any Other Pertinent Information.(4) Under Far 52.219-14, Limitations On Subcontracting, The Employees Of Each Small Business Must Perform At Least 15% Of The Work As Measured By The Dollar Value Of Their Task Order Contract. The 15% Shall Not Include The Costs For Materials. Responses Must Include A Description As To How Your Small Business Would Meet This Far Requirement.response To This Announcement Is Strictly Voluntary; No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Sources Sought Announcement Or Any Follow-up Information Requests. Analysis Of The Quantity And Quality Of Responses To This Sources Sought Announcement Will Be Considered In The Market Research Being Conducted, And In The Making Of Any Small Business Set-aside Determination For This Requirement.the Government Anticipates Conducting A Competitive Acquisition For This Requirement. The Amount Of Interest Or Lack Thereof Will Determine The Possibility Of A Competitive Set-aside Or Full And Open Competition (the Size Of A Small Business Firm Includes All Parents, Subsidiaries, Affiliates, Etc.-see 13 Cfr 121.108.) Misrepresentation Of Size Status Can Result In Penalties. Please Refer To The Current Sba Rules Regarding Hubzone Firms, Effective October 1, 2011.the Information Provided In This Notice Is Subject To Change And In No Way Binds Nps To Solicit For Or Award A Contract. Nps Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. Points Of Contact Listed May Be Contacted For The Purpose Of Verifying Performance.
Closing Date11 Jan 2025
Tender AmountRefer Documents 

Port Of Iberia Tender

Civil And Construction...+2Civil Works Others, Building Construction
United States
Details: Sealed Bids For The Construction Of The Following Project Will Be Received At The Office Of The Port Of Iberia (poi) Board Of Commissioners, At The Poi Port Administrative Offices 4611 South Lewis Street, New Iberia, Louisiana 70560, Until 11:00 A.m. On February 11, 2025 At Which Time And Place Bids Will Be Publicly Opened And Read. No Bids Will Be Received After 11:00 A.m. State Project No: H.011928 (327) State Project Name: Port Improvements East & West Yard Expansion & Site Improvements Building D Repairs (phase Vii Of Spn H.011928) Iberia Parish Improvements To: Port Infrastructure Improvements Program, Port Of Iberia Located In: Iberia Parish, Louisiana Type Of Construction: Building Construction Contracting Agency: Port Of Iberia (poi) Board Of Commissioners 4611 South Lewis Street New Iberia, La 70562 Proposal Guaranty: 5% Of The Amount Of Bid Payable To Port Of Iberia (poi) Board Of Commissioners Engineer: Gis Engineering, Llc Coastal Design & Infrastructure Division 197 Elysian Drive Houma La, 70363 Phone: (985) 219-1000 Contact: Ann Schouest Email: Bidquestions@gisy.com Scope Of Work: This Is A Site Improvements Project At The Port Of Iberia. Contractor Is Responsible For Performing Repairs And Improvements On The Existing Building D As Outlined In The Contract Documents To Restore The Functionality And Appearance Of The Building. The Scope Of Work Includes Facility Cleanup And Scheduled Demolition, Installation Of New Structural Steel, Metal Building Repairs And Improvements, Installation Of New Scheduled Personnel And Overhead Doors, Concrete Work, Electrical And Lighting, Exterior Pressure Washing And Building Painting, Insulation And Hvac, And All Other Work Specified In The Contract Documents. Bids Must Be Submitted On The Forms Provided By The Contracting Agency, Must Be Prepared In Accordance With Section 2 Of The 2018 Edition Of The Louisiana Department Of Transportation And Development, Office Of Multimodal Commerce, General Provisions And Must Include All The Information Required By The Bid Form. Bid Forms Are Available From The Engineer And Will Not Be Issued Later Than 24 Hours Prior To The Time Set For Opening The Bids. Each Bid Shall Include A Proposal Guaranty In An Amount Not Less Than Specified Above. The Contract Will Be Awarded To The Lowest Responsible Bidder Without Discrimination On Grounds Of Race, Color, Sex Or National Origin. Disadvantaged Businesses Will Be Afforded Full Opportunity To Submit Bids. Plans And Specifications May Be Seen At The Engineer's Office. Plans May Be Obtained From The Engineer Upon Payment Of $150.00. In Accordance With R.s. 38:2212 (d), Deposits On The First Set Of Documents Furnished Bona Fide Prime Bidders Will Be Fully Refunded Upon Return Of The Documents, Deposits On Any Additional Sets Will Be Refunded Less The Actual Costs Of Reproduction. Refunds Will Be Made Upon Return Of The Documents If Within Ten Days After Receipt Of Bids. Bid Documents Are Also Posted On Http://www. Https://www.centralauctionhouse.com/rfpc10120-port-of-iberia.html To View These, Download, And Receive Bid Notices By E-mail, You Must Register With Central Auction House (cah). Vendors/contractors Have The Option To Submit Their Bids Electronically Or By Paper Copy. For Information About The Electronic Submittal Process, Contact Central Auction House At 225-810-4814. A Non-mandatory Pre-bid Meeting Will Be Held On January 28, 2025 At 2:00 P.m. At The Port Of Iberia District Office, Located At 4611 S. Lewis St., New Iberia, La. Site Inspection Trips For Perspective Bidders Are To Be Arranged Through The Office Of The Engineer. The Award Of A Contract, If Awarded, Will Be Made To The Lowest Qualified Bidder Whose Proposal Complies With All Requirements Prescribed Within 45 Calendar Days After Opening Proposals. However, When The Contract Is To Be Financed By Bonds Which Are Required To Be Sold After Receipts Of Bids, Or When The Contract Is To Be Financed In Whole Or Part By Federal Or Other Funds Not Available At The Time Bids Are Received, The Time Will Not Start Until Receipt Of Federal And/or State Concurrence Or Concurrence Of The Other Funding Source. Award Will Be Within 30 Calendar Days After The Sale Of Bonds Or Receipt Of Concurrence In Award From Federal And/or State Agency Or Other Funding Source. The Successful Bidder Will Be Notified By Letter Mailed To The Address Shown In The Proposal That The Bidder Is Awarded The Contract. The Award Of A Contract For Projects Financed Either Partially Or Entirely With State Bonds Will Be Contingent On Approval By The State Bond Commission. On Projects Involving Federal Funds The Award Of Contract Will Also Be Contingent Upon Concurrence By The Appropriate Federal Agency. On Projects Involving State Funds The Award Of Contract Will Also Be Contingent Upon Concurrence By The Appropriate State Agency. The Right Is Reserved To Reject Bids And Waive Informalities.
Closing Date11 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Others, Building Construction
United States
Details: Released Pursuant To Federal Acquisition Regulation (far) Part 10: Market Research, This Is A Request For Information. this Sources Sought Is Unrestricted And Open To Both Large And Small Business Participation. purpose: Michael E. Debakey Of Veteran Affairs Medical Center (medvamc)| Replace And Upgrade Building Automation System (bas)| Project# 580-22-201. this Is A Sources Sought Synopsis Only. The Purpose Of This Synopsis Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 236220- Commercial And Institutional Building Construction (size Standard Of $45m). Responses To This Synopsis Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Synopsis, A Solicitation Announcement May Be Published. 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. Currently, 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. project Scope Summary: the Contractor Must Furnish All Construction Management, Supervision, Labor, Material, Equipment, Tools, Supplies, Consumables, Parts, And Related Services To Replace And Upgrade Building Automation System (bas). Work Includes Project Management, Demolition, Architectural, Electrical, Telecommunications, Mechanical And More. This Scope Of Work Will Replace The Existing Outdated, Standalone Campus-wide Building Automation System (bas) With A New Modern System With Upgraded Capabilities To Prepare For The Next 20 Years. The New Bas Shall Promote An Energy-efficient Operation, Improve Patient And Employee Safety And Health, Promote Resource Conservation, And Help Monitor And Control A Wide Variety Of Existing Systems Along With Having Sufficient Capacity For Future Expansion. The Additional Capacity Shall Include Initial Spare Control Points And Controllers, As Well As The Expandability Of The New Control Panels. The New Equipment Will Be Direct Digital Control (ddc) Based And Bacnet Compatible. Work Shall Be Performed At The Michael E. Debakey Medvamc Located At 2002 Holcombe Blvd In Houston Texas 77030. disclosure Of The Magnitude Of The Construction Project: between $5,000,000.00 And $10,000,000.00 Requested Information: this Sources Sought Is Unrestricted And Open To Both Large And Small Business Participation. if You Are Interested And Are Capable Of Providing The Sought-out Construction Services, Please Provide The Information Indicated Below. The Capabilities Package For This Source Sought Notice Is Not Expected To Be A Proposal, But Rather A Short Statement Regarding Your Firm S Ability To Demonstrate Existing Expertise And Experience In Relation To Medvamc S Project. Also Please Only Provide A Response If You Are Interested In Providing A Proposal If The Solicitation Is Posted. 1. Company Profile: Response To This Notice Must Include Company Name, Address, And Point Of Contact. 2. Type Of Business: (a) Include In Your Response If Your Business Is A: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.? (b) Is Your Company Considered Small Under The Naics Code 236220. 3. Experience: Submit All Projects Completed That Are Similar In Scope And Complexity As The Work Indicated. For Each Contract/project Submitted For Experience Provide The Title; Location; Whether You Were A Prime Or Subcontractor; Award Date And Completion Date; Contract Or Subcontract Value; Type Of Work Your Firm Performed, A Brief Description Of How The Referenced Contract/project Relates To The Work Described; And Customer Information Including Point Of Contact, Phone Number, And E-mail Address. 4. Provide Confirmation That You Firm Can Obtain And Has The Capacity To Bond This Project Up To $10m. response Submission: please Submit Your Information Via Email To Madeline Allison, Contracting Specialist, At Madeline.allison@va.gov, By The Closing Date And Time Listed On This Announcement. Please Limit Your Responses To Three (3) Pages And Include The Following As The Subject Line Of Your Email: Sources Sought For Replace And Upgrade Building Automation System (bas)| Project# 580-22-201; Your Firm S Name. 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 Date8 Jan 2025
Tender AmountRefer Documents 

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+1Building Construction
United States
Details: Sources Sought Notice: Construction Services For Three-phase Power At The Coburn Gore Land Port Of Entry Coburn Gore, Me open To All Business Concerns this Is A Sources Sought Notice And Is For Informational Purposes Only. This Is Not A Request For Proposals, Quotations, Or Bids. Per Federal Acquisition Regulation (far) 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responses Do Not Affect A Potential Offeror's Ability To Respond To Any Future Synopsis/solicitation. The Government Will Not Provide Reimbursement For Any Information That May Be Submitted In Response To This Notice. Respondents Are Solely Responsible For All Expenses Associated With Responding To This Notice. description: The General Services Administration (gsa), Public Buildings Service (pbs), Region 1 Is Conducting Market Research Seeking Qualified Construction Contractors For The Above Project. The Contractor Will Be Responsible To Provide All Labor, Materials, Transportation, Supervision, And Management To Perform Construction, As It Relates To The Following: this Project Will Be For The Installation Of Three-phase Power That Will Extend From Woburn, Canada To The International Border At Coburn Gore, Me. This Work Is Concurrent With The Development And Expansion Of The Coburn Gore Land Port Of Entry (lpoe). The Installation Of Three-phase Power Is In Adherence To The Requirements Under The United States Customs And Border Protection (cbp) Lpoe Design Guideline And The Gsa P-100 Facilities Standards For The Public Building Service. the Coburn Gore Lpoe Is Located In Coburn Gore, Me, A Small Unorganized Township In Franklin County. Coburn Gore Is An Isolated Setting About 20 Miles Northwest Of The Small Town Of Eustis, Maine. Coburn Gore Is Across The Border From Woburn, Quebec. The Lpoe Consists Of A Main Building And Four Stand-alone Residences On 3.6 Acres Of Property; Which Straddle Both Sides Of State Route 27. the Program Of The Expansion Of The Coburn Gore Lpoe Consists Of Two Separate Buildings, And The Expected Power Requirements Are As Follows: main Port Building/commercial Inspection Building/historic Lpoe: 1379 Kw approx 1900a @ 480v/3 Phase, Assuming 0.9 Power Factor cbp Housing: 174 Kw approx. 240a @ 480v/3 Phase, Assuming 0.9 Power Factor this Project Will Require The Use Of A Master Electrician/electrical Contractor Licensed In Quebec, Canada To Engage Hydro-quebec And Install The Three-phase Power Connection From The Identified Location On Chemin Des. Lignes To The International Border. the Naics Code Applicable To This Procurement Is 236220 - Commercial And Institutional Building Construction. The Small Business Size Standard Is $45.0 Million. The Psc Code Is Z2aa. price: The Estimated Construction Price Range For This Project Is Between $500,000.00 - $1,000,000.00. duration: The Estimated Period Of Performance Is Approximately 12 Months From The Notice To Proceed. procurement Information: Announcement Is Open To All Business Concerns. gsa Anticipates Issuing A Solicitation For This Project, Based On The Outcome Of This Market Research, On Or About 19 March 2025, And Awarding A Subsequent Contract On Or About 28 May 2025. award Of Any Resulting Procurement Will Be Made Using The Lowest Price Technically Acceptable Source Selection Procedures, Where An Award Will Be Made On The Basis Of The Lowest Evaluated Price Of Proposals Meeting The Acceptability Standards For Non Price Factors. Proposals Will Be Evaluated For Acceptability But Will Not Be Ranked Using The Non Price Factors. the Anticipated Contract Will Be Awarded On A Firm-fixed Price Basis. a Source Selection Evaluation Factor Will Be Included That Favors The Usage Of A Master Electrician Licensed In Quebec, Canada, As This Is A Requirement For The Project. submission Instructions: For Interested Construction Firms. construction Firms Interested In This Effort Must Be Able To Demonstrate Experience With At Least Two (2) Similar Projects. A Similar Project Is Defined As A Project That Is Similar In Size, Type, And Complexity To The Project Described In This Notice. Interested Firms Should Submit The Following Information In A Letter Of Interest Document: firm Name, Address, Point Of Contact, Phone Number, Email Address, And Unique Entity Identification (uei) Number. Identify All Business Categories And Naics Codes Applicable To Your Firm, I.e., Small Business, Veteran-owned Small Business, Service- Disabled Veteran-owned Small Business, Hubzone Small Business, Small Disadvantaged Business, Women-owned Small Business And/or Large Business. project Experience Of Two (2) Projects Of Similar Size, Complexity, And Type. Include Project Description, Dates, Price, And Role As Either Prime Contractor Or Subcontractor. Include Points Of Contact And All Information Necessary To Contact The Owner Of The Project Who Can Substantiate Similar Project Characteristics. interested Firms Should Send Their Letter Of Interest With The Aforementioned Information (no More Than 4 Pages) By 05 February 2025 At 12:00 Pm Est To Molly.lewis@gsa.gov, Caitlyn.egan@gsa.gov & Kevin.mclaughlin@gsa.gov. The Subject Line Of The Email Should State “letter Of Interest: Coburn Gore Lpoe Three-phase Power.”
Closing Date5 Feb 2025
Tender AmountRefer Documents 

Port Of Iberia Tender

Civil And Construction...+2Civil Works Others, Building Construction
United States
Details: Sealed Bids For The Construction Of The Following Project Will Be Received At The Office Of The Port Of Iberia (poi) Board Of Commissioners, At The Poi Port Administrative Offices 4611 South Lewis Street, New Iberia, Louisiana 70560, Until 12:00 P.m. On February 11, 2025 At Which Time And Place Bids Will Be Publicly Opened And Read. No Bids Will Be Received After 12:00 P.m. State Project No: H.015864 (321) State Project Name: Port Improvements Unifab Road Warehouse And Site Improvements Initial Improvements, (phase I Of Spn H.015864) Iberia Parish Improvements To: Port Infrastructure Improvements Program, Port Of Iberia Located In: Iberia Parish, Louisiana Type Of Construction: Building Construction Contracting Agency: Port Of Iberia (poi) Board Of Commissioners 4611 South Lewis Street New Iberia, La 70562 Proposal Guaranty: 5% Of The Amount Of Bid Payable To Port Of Iberia (poi) Board Of Commissioners Engineer: Gis Engineering, Llc Coastal Design & Infrastructure Division 197 Elysian Drive Houma La, 70363 Phone: (985) 219-1000 Contact: Ann Schouest Email: Bidquestions@gisy.com Scope Of Work: This Is A Site Improvements Project At The Port Of Iberia. Contractor Is Responsible For Performing Repairs And Improvements At The Existing Building C As Outlined In The Contract Documents To Improve The Functionality And Appearance Of The Facility. The Scope Of Work Includes Mobilization, Pressure Washing And Painting The Building Exterior, Relocation Of Existing Chain Link Fencing And Security Gates, Metal Building System Improvements, Electrical & Lighting, And All Other Specified Work And Incidental Work Required To Successfully Complete The Project In Accordance With The Contract Documents. Bids Must Be Submitted On The Forms Provided By The Contracting Agency, Must Be Prepared In Accordance With Section 2 Of The 2018 Edition Of The Louisiana Department Of Transportation And Development, Office Of Multimodal Commerce, General Provisions And Must Include All The Information Required By The Bid Form. Bid Forms Are Available From The Engineer And Will Not Be Issued Later Than 24 Hours Prior To The Time Set For Opening The Bids. Each Bid Shall Include A Proposal Guaranty In An Amount Not Less Than Specified Above. The Contract Will Be Awarded To The Lowest Responsible Bidder Without Discrimination On Grounds Of Race, Color, Sex Or National Origin. Disadvantaged Businesses Will Be Afforded Full Opportunity To Submit Bids. Plans And Specifications May Be Seen At The Engineer's Office. Plans May Be Obtained From The Engineer Upon Payment Of $150.00. In Accordance With R.s. 38:2212 D Deposits On The First Set Of Documents Furnished Bona Fide Prime Bidders Will Be Fully Refunded Upon Return Of The Documents, Deposits On Any Additional Sets Will Be Refunded Less The Actual Costs Of Reproduction. Refunds Will Be Made Upon Return Of The Documents If Within Ten Days After Receipt Of Bids. Bid Documents Are Also Posted On Http://www. Https://www.centralauctionhouse.com/rfpc10120-port-of-iberia.html To View These, Download, And Receive Bid Notices By E-mail, You Must Register With Central Auction House (cah). Vendors/contractors Have The Option To Submit Their Bids Electronically Or By Paper Copy. For Information About The Electronic Submittal Process, Contact Central Auction House At 225-810-4814. A Non-mandatory Pre-bid Meeting Will Be Held On January 28, 2025 At 2:30 P.m. At The Port Of Iberia District Office, Located At 4611 S. Lewis St., New Iberia, La. Site Inspection Trips For Perspective Bidders Are To Be Arranged Through The Office Of The Engineer. The Award Of A Contract, If Awarded, Will Be Made To The Lowest Qualified Bidder Whose Proposal Complies With All Requirements Prescribed Within 45 Calendar Days After Opening Proposals. However, When The Contract Is To Be Financed By Bonds Which Are Required To Be Sold After Receipts Of Bids, Or When The Contract Is To Be Financed In Whole Or Part By Federal Or Other Funds Not Available At The Time Bids Are Received, The Time Will Not Start Until Receipt Of Federal And/or State Concurrence Or Concurrence Of The Other Funding Source. Award Will Be Within 30 Calendar Days After The Sale Of Bonds Or Receipt Of Concurrence In Award From Federal And/or State Agency Or Other Funding Source. The Successful Bidder Will Be Notified By Letter Mailed To The Address Shown In The Proposal That The Bidder Is Awarded The Contract. The Award Of A Contract For Projects Financed Either Partially Or Entirely With State Bonds Will Be Contingent On Approval By The State Bond Commission. On Projects Involving Federal Funds The Award Of Contract Will Also Be Contingent Upon Concurrence By The Appropriate Federal Agency. On Projects Involving State Funds The Award Of Contract Will Also Be Contingent Upon Concurrence By The Appropriate State Agency. The Right Is Reserved To Reject Bids And Waive Informalities.
Closing Date11 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Details: The United States Army Corps Of Engineers (usace) Tulsa District Will Be Hosting A Virtual Industry Forum On 18 February 2025 From 9am To 10am (central Time) To Provide Information And Gauge Interest On The Construction Of The Future Bomber Campus At Tinker Air Force Base, Oklahoma City, Ok. Tulsa District Also Seeks Industry Feedback Concerning The Possible Development Of A Hangar Matoc. the Tulsa District Has Identified The Need To Reach Out To The Construction Community And Highlight This Opportunity Available To Industry. All Prospective Prime Contractors Or Subcontractors Interested To Learn More About The Tulsa District’s Upcoming Bomber Agile Common Hangar (bach) And Other Hangar Projects Are Invited To Attend. the Meeting Will Be Held Virtually (ms Teams). Contracting And Technical Representatives Will Provide Information On This Project. if You Would Like To Attend, Please Send An Email To Jon Larvick (contract Specialist) At Jon.a.larvick@usace.army.mil And Provide Names, Company Name, And Emails Of Individuals You'd Like Invited. this Bomber Agile Common Hangar (bach) Project Constructs A 4-dock Hangar For Program Depot Maintenance. The Hangar Will Be 18,302 Sm (197,003sf) With Associated 39,052 Sm (420,352sf) Of Apron Paving. The Facility Consists Of A Single-story Structural Steel Framed Hangar Bay With Full Span Trusses On A Cast-in-place Concrete Slab. Support Spaces Include A Single-story Shop Side With A Two-story Administration Side Constructed As A Steel Framed System, Including Restrooms And Lockers, Private Offices, Administrative Space, Breakroom And Fema Storm Shelter, And Hazardous Material Storage Space. The Hangar Bay Will Be Comprised Of A Standing Seam Metal Roof With The Support Areas Having A Low Slope Single Ply Membrane Roof. Special Deep Foundations Consisting Of Piers & Driven Piles Are Required. Supporting Facilities Include All Necessary Utilities And Connections, Site Demolition And Earthwork, Apron Pavements, Fencing, And Site Improvements To Provide A Complete And Useable Facility. This Project Will Utilize Natural Gas Instead Of An All-electric Design Per Executive Order 14057 Since The Project Was At 35% Design On 16 Jan 24. Facilities Will Be Designed As Permanent Construction In Accordance With The Dod Unified Facilities Criteria (ufc) 1-200-01, General Building Requirements. This Project Will Comply With Department Of Defense Antiterrorism/force Protection Requirements Per Unified Facility Criteria 4-010-01. An Existing Airfield Pavement Tow-way Is Being Expanded To Connect Across S Douglas Blvd To The Existing Airfield. the 65% Design Documents And Industry Forum Slide Deck Are Attached To This Special Notice For Your Information And Question Preparation. in Accordance With Far 36/dfars 236.204, The Estimated Construction Price Range For This Project Is Between $250 Million And $500 Million Dollars. industry Forum Virtual Meeting Information: interested Parties Must Email Jon Larvick (jon.a.larvick@usace.army.mil) To Get A Ms Teams Invite Prior To The Scheduled Forum. after The Industry Forum, Interested Parties May Ask Questions Via The Bidder Inquiry System (projnet). bidder Inquiry In Projnet At Https://www.projnet.org/projnet: project Name: Bach Industry Forum bidder Inquiry Key: Qjf6h2-bw29sp projnet Will Be Open For Inquiries From 14 Feb 25 Through 7 Mar 25. all Government Responses To Inquiries Submitted In Projnet Will Be Posted In Projnet For All Interested Parties To Review. Enter Only One Question Per Entry. If Multiple Questions Are Entered Per Inquiry, The Inquiry Will Not Be Acknowledged. following The Industry Forum, The Government Is Interested In Speaking With Prime Construction Contractors And Subcontractors And Will Host One-on-one Meetings. Interested Firms Shall Submit An Email No Later Than The Close Of Business On The Day Of The Industry Forum With The Following Information: Their Interest In The Project, A Description Of Any Recent And Relevant Experience They Have Performed, And A Capabilities Statement. If Selected, Firms Shall Be Prepared To Discuss Their Interest, Experience And Capabilities During Their One-on-one Sessions With The Government. These Meetings Are Intended To Allow Interested Firms To Provide Specification Feedback That May Be Proprietary Or Otherwise Inappropriate For Projnet Publication And Will Not Be A Question-and-answer Format. The Government Will Not Answer Questions Or Share Additional Specification Clarification During One-on-one Discussions. Submit Responses To Shay Hill At Julie.s.hill@usace.army.mil And Jon Larvick At Jon.a.larvick@usace.army.mil. the Anticipated North American Industry Classification System Code For This Procurement Is 236220, Commercial And Institutional Building Construction, Which Has A Small Business Size Standard Of $45m. as A Reminder, This Notice Does Not Constitute A Solicitation. This Announcement And The Industry Day Event Are For Planning Purposes Only, And Response To This Notice Is Strictly Voluntary. The Government Will Not Reimburse Any Party Attending Or Participating For Costs Incurred For This Event Or Marketing Efforts.
Closing Date18 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Others
United States
Details: Sources Sought Notice page 3 Of 4 sources Sought Notice page 1 Of 4 description sources Sought Notice page 4 Of 4 sources Sought Notice page 1 Of 4 page 1 Of request For Information (rfi) 36c25525r0035 Title Of Project: 589a5-25-500sl-a Replace B1 Steam Traps, Topeka Vamc. this Is A Sources Sought Announcement Only. It Is For Information And Planning Purposes Only And Shall Not Be Construed As A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate Theâ department Of Veterans Affairs (va) To Award A Contract. Responses Will Not Be Considered As Proposals, Nor Will Any Award Be Made To Any Parties Responding To The Sources Sought Announcement. this Notice Is Posted Iaw Far 6.1 Full And Open Competition. All Responsible Sources Are Permitted To Submit Competitive Proposals On The Procurement. Solicitation:36c25525r0035 Contract Type: Firm Fixed Price, Naics: 236220, Commercial And Institutional Building Construction, Business Size Is $45.0m, Title-description Of Requirement: Project Number, 589a5-25-500sl-a Replace B1 Steam Traps Topeka Vamc. the Estimated Cost Magnitude Is Between Less Than $25,000.00 general Scope Of Work: This Project Will Replace Chilled Water Circulation Pump, Align Pump With The Motor, And Insulate Pipes Equipment For The New The Installation. Period Of Performance Is 60-days After Ntp. deliverable: The Construction Contractor Will Do All Work In Accordance With The Contract Drawings And Specifications Related To Project Number 589a5-25-500sl-a Replace B1 Steam Traps, Topeka Vamc all Project Work Shall Be Installed In Accordance With All Applicable Standards Available At Time Of Installation To Include Published Commercial Specifications As Well As Standards And Preferences Expressed In This Document. All Installation Details Shall Be Fully Coordinated With Va Co And On-site Contracting Officer S Representative (cor). Period Of Performance For All Work Is 60-days After Ntp. The Facility Location: Visn 15/ Topeka Vamc, Gage Blvd, Topeka Kansas, 66622. end Of Scope Of Work the Government Is Not Obligated, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Va To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued.â  if Interested In This Opportunity, Please Provide Capability Statement Via Email. The Capability Statement Is Designed To Inform The Department Of Veteran Affairs, Of Any Prospective Construction Contractors' Project Execution Capabilities. The Submission Is Limited To 10 Pages Which Shall Include The Following Information: 1) Offeror's Name, Address, Point Of Contact, Phone Number, E-mail Address, And Duns Number. 2) Offeror's Interest In Bidding On The Solicitation When It Is Issued. 3) Offeror's Capability To Perform A Contract Of This Magnitude And Complexity And Comparable Work Performed Within The Past 5 Years - Brief Description Of The Project, Customer Name, Timeliness Of Performance, Customer Satisfaction, And Dollar Value Of The Project) - Provide At Least 1 No More Than 3 Examples. 4) Offeror's Cve Certification If A Veteran Owned Business. 5) Please Provide Socio-economic Status For Naics Code 236220, General Construction And Provide Percentage Of Self-performed Labor Your Company Can Perform For This Type Of Project. 6) Offeror's Joint Venture Information If Applicable - Existing And Potential. 7) Offeror's Bonding Capability In The Form Of A Letter From Surety Providing Bonding Level Per Contract And Aggregate. 8) Letter From Insurance Company Identifying Contractors Insurance Experience Modification Rate (emr). notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam Located On The Web At Www.sam.gov). It Is Desirable That Any Offeror Have Completed Their Business Online Representations And Certifications Application (orca). Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Small Business Administration Located At Veteran Small Business Certification (sba.gov).â  submittal Information: responses Shall Indicate The Rfi # 36c25525r0035, 589a5-25-500sl-a Replace B1 Steam Traps, Topeka Vamc. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned. all Interested Offerors Should Submit Information By E-mail To: Timothy.fitzgerald@va.gov. All Information Submissions Should Be Received No Later Than 2:00 Pm Cdt On 16 January 2025. Solicitation Will Be Posted On Or About 14 January 2025. end Of Rfi
Closing Date17 Jan 2025
Tender AmountRefer Documents 
4501-4510 of 5237 archived Tenders