Civil Engineering Tenders

DEPT OF THE AIR FORCE USA Tender

Civil And Construction...+2Others, Civil Works Others
United States
Details: Langley Contractor Operated Civil Engineer Supply Strore (cocess) Presolicitation Synopsis the 633d Contracting Squadron Intends To Solicit A Firm-fixed-price Contract For Contractor Operated Ce Supply Store (cocess) In Joint Base Langley Air Force Base. This Proposed Procurement Will Be A 100% Small Business Set-aside (sb). The Period Of Performance Will Be For One Base Year And Four One-year Option Periods. the North American Industry Classification System (naics) Code For This Acquisition Is 444140 And The Small Business Size Standard Is $16.5m. The Rfp Release Date Is On Or About 21 April 2025 And Will Close 30 Days Thereafter. It Is The Offerors Responsibility To Monitor The Government Point Of Entry, Www.sam.gov, For The Release Of The Solicitation And Amendments (if Any). potential Sb Contractors Are Hereby Notified That The Solicitation And Subsequent Amendments To The Solicitation Will Only Be Available In Electronic Format. The Solicitation Number Will Be Fa4800-25-q-0010 And Will Be Posted To The System For Award Management (sam), Located At Http://www.sam.gov/.this Office Will Not Issue Hard Copy Solicitations. prospective Offerors Should Not Expect Notification That An Amendment Has Been Issued. Offerors Wishing To Submit An Offer Are Responsible For Downloading Their Own Copy Of The Rfp From These Websites And To Frequently Monitor The Sites For Any Amendments To The Rfp. An Offeror’s List Will Not Be Maintained By This Office. no Telephone Or Fax Requests For The Rfp Package Will Be Accepted. Failure To Respond To The Electronically Posted Rfp And Associated Amendments Prior To The Date And Time Set For Receipt Of Offers May Render A Contractor’s Offer Non-responsive And Result In Rejection Of The Same. interested Offerors Must Be Registered In The System For Award Management (sam) Database To Be Considered For Award. Registration Is Free And Can Be Completed On-line At Http://www.sam.gov. Lack Of Registration In The Sam Database Will Make An Offeror Ineligible For Award. Any Questions In Regard To This Notice Should Be Submitted In Writing Via E-mail To Mandisa.peters.1@us.af.mill And Vanity.wright@us.af.mil.
Closing Date14 Apr 2025
Tender AmountRefer Documents 

Clare County Council Tender

Services
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Ireland
Details: Title: Establishment Of Multi-party Framework Agreements For Design Consultancy Services For Affordable And Social Housing Projects For Clare County Council (projects Less Than €5m Construction Value) description: Establishment Of Multi-party Framework Agreements For Design Consultancy Services For Affordable And Social Housing Projects For Clare County Council (projects Less Than €5m Construction Value) Lot 1 - Architectural (design Team Lead) Lot 2 - Civil And Structural Engineering Lot 3 - Mechanical And Electrical Engineering Lot 4 - Quantity Surveying Consultancy Services
Closing Date15 Jan 2025
Tender AmountEUR 4 Million (USD 4.5 Million)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Drainage Work
United States
Details: This Is Not A Solicitation, Invitation For Bid (ifb), Request For Quote (rfq), Or A Request For Proposal (rfp). this Is A Sources Sought Announcement Only. This Sources Sought Is For Acquisition Planning Purposes Only And Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. Any Cost Incurred As A Result Of The Announcement Shall Be Borne By The Interested Party (prospective Offeror) And Will Not Be Charged To The Government For Reimbursement. Respondents Will Not Be Notified Of The Results Of Any Government Assessments. purpose: the U.s. Army Corps Of Engineers Nashville District Is Conducting This Sources Sought In Support Of Market Research To Notify And Seek Potential Qualified Members Of Industry And To Gain Knowledge Of Capabilities, Interest, And Qualifications; To Include The Small Business Community For Completing The Work Effort Relative To The Old Hickory Toe Drain Rehabilitation Project. Responses To This Sources Sought Synopsis Will Be Used By The Government In Making Appropriate Acquisition Decisions. The Government Must Ensure There Is Adequate Competition In Making Appropriate Decisions. The Type Of Set-aside Acquisition Will Depend Upon The Responses To This Sources Sought. no Solicitation Exists At This Time. scope Of Work (subject To Change): the U.s Army Corps Of Engineers (usace), Nashville District, Anticipates A Requirement For A Firm Fixed-price Construction Contract For The Old Hickory Toe Drain Rehabilitation Project. the Contractor Will Be Responsible For The Following Activities/items Under The Proposed Contract: the Scope Of Work Involves Rehabilitating And Improving An Existing Toe Drain System Constructed In 2009 Along The Left Descending Embankment Of Old Hickory Dam. The Scope Of Work Also Includes Removing The Existing Single Walled Corrugated Hdpe Pipe Network And Replacing With A Fusion Welded Smooth Wall Hdpe, And The Addition Of Adding A Longitudinal Pipe Drain Along The Toe Of The Embankment. The Existing Sand Filtration System Will Be Replaced With A Two Grade System To Help Preserve The Integrity And Long Term Performance Of The Pipes. It Also Includes The Addition Of Inspection Manholes That Include Venting To Facilitate More Expeditious Drainage. location: Old Hickory Dam, Hendersonville, Tn disclosure Of The Magnitude Of The Proposed Construction Project: Between $1,000,000 And $5,000,000. anticipated Naics Code And Size Standard: 237990 - Other Heavy And Civil Engineering Construction, Size Standard $45.0m capability Statement To Show Interest And Intent: we Are Requesting That Any Respondents Interested In Performing The Proposed Project As A Prime Contractor Should Submit A Capability Statement For Consideration That Include The Following (in A Through K): offeror’s Name, Address, Points Of Contact With Telephone Numbers And E-mail Addresses. uei And Cage Code are You A Small Business Under This Naics Code? business Size/ Classification To Include Any Designations (small Business, Hubzone, 8(a), Women Owned, Service-disabled Veteran Owned, Etc.) a Statement Of Capability (soc) Stating Your Skills, Experience, And Knowledge To Perform The Specified Type Of Work As Described Above. This Soc Should Be Brief Description Of Your Company’s Capability. Include A Statement Detailing Any Special Qualifications And Certifications, Applicable To The Scope Of This Project, Held By Your Firm And/or In-house Personnel. The Potential Offerors Should Provide Brief References Of Relevant Work They Have Performed And The Magnitude. please Provide Up To Three (3) Projects Of Similar Scope Or Size Completed Within The Last Ten (10) Years, Or Two (2) Projects Completed Within The Last Ten (10) Years And One (1) Project That Is Currently Substantially Complete, That Were Self-performed As A Prime Or Sub-contractor. Please Include The Project Name, Contract Number (if Applicable), Year Completed, Prime Contractor Or Sub-contractor, Type And Percentage Of Work Self-performed (based On Contract Value), Dollar Amount, And General Description Of Project. indicate Whether Your Company Will Perform The Work Directly Or Intends To Subcontract The Work. If Subcontracting, Identify The Percentage Of Work To Be Subcontracted. Identify The Percentage Of Work Your Firm May Be Capable Of Directly Performing. what Is Your Bonding Capacity Per Contract? what Is Your Aggregate Bonding Capacity? if This Requirement Is Advertised, Do You Anticipate Submitting An Offer? any Other Information That Would Assist In Determining Your Company’s Capability In Performing The Described Construction Work. submission Of Capability Statement: submit This Information To Todd Allman, Contract Specialist, U.s. Army Corps Of Engineers Via Email To Robert.t.allman@usace.army.mil. Your Response To This Sources Sought Notice Must Be Received By 2:00 Pm Central Time On Wednesday 19 February 2025. do Not Submit Propietary Information And/or Business Confidential Data. Email Is The Preferred Method When Receiving Resposnes To This Sysnopsis. as A Reminder, This Sources Sought Announcement Notice Should Not Be Construed In Any Manner To Be An Obligation To Issue A Contract Or Result In Any Claim For Reimbursement Of Costs For Any Effort You Expend In Responding To This Request. No Solicitation Is Currently Available. Any Future Solicitation Package Will Be Made Available On The Sam Website Https://sam.gov. Interested Parties Are Solely Responsible For Monitoring Sam.gov For The Release Of A Solicitation Package And/or Any Updates/amendments. Search Keyword “w912p5” To Obtain A Complete Listing Of All Nashville District U.s. Army Corps Of Engineers Opportunities.
Closing Date19 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Civil Works Others, Building Construction
Corrigendum : Closing Date Modified
United States
Details: **note: Solicitation Number Will Be Updatedto W91238-25-r-0007 When The Actual Solicitation Is Posted.** this Notice Does Not Constitute A Request For Proposal. the Intent Of This Pre-solicitation Synopsis Is To Make Notice Of A Proposed Contract Action For The Required Construction Project As A Design-bid-build (dbb). the U.s. Army Corps Of Engineers (usace), Sacramento District (spk), Intends To Solicit And Award A Design-bid-build (dbb), Pre-priced Single Award Task Order Contract (satoc) Indefinite Delivery Indefinite Quantity (idiq) For Construction Of Utility Infrastructure Systems To Support The Planned And Future Development Of Multiple Facilities On The East Side Of Hill Air Force Base (afb). The Work Includes The Construction Of Taxiways, Tow-ways, And Associated Airfield Lighting Systems; Roadways, Privately Owned Vehicle Parking, Government Owned Vehicle Parking, Sidewalks, And Emergency Vehicle Circulation; Pump Houses, Lift Stations, And A Communication Information Technology (itn) Node Building; And The Relocation Of A Tactical Navigation (tacan) Facility, As Well As, Upgrades To Various Privately Owned And Government Owned Utility Systems Including Water Production (well), Storage (water Tank) And Distribution; Sanitary Sewer, Storm Sewer, And Industrial Waste; Electrical Distribution And Communications; Natural Gas, And Compressed Air. All Facilities And Infrastructure Systems Will Be Permanent Construction In Accordance With Applicable Department Of Defense Unified Facilities Criteria. special Construction And Functional Requirements: Significant Amount Of Work Requires Coordination With Public, Privatized And Government Installation Utilities Including Culinary Water (privatized), Sanitary Sewer (privatized), Electrical Power (privatized), Storm Sewer (government), Natural Gas (government - Connection To Public Utility, Dominion Energy), Industrial Waste (government), Fire Water (government), Communications (government). the Government Intends To Award The Contemplated Requirement As A Firm-fixed-price Satoc On Or Around 14 April 2025. The Contract Will Have A 799 Day Ordering Period. Task Orders Will Be Issued In Accordance With Dfars 216.504. This Satoc Is Not To Exceed $115m In Capacity. in Accordance With Defense Federal Acquisition Regulation Supplement (dfars) 236.204(iii), The Government Currently Estimates The Magnitude Of Construction For This Project To Be Between $100,000,000 And $250,000,000.the Government Intends To Solicit A Request For Proposals (rfp) That Will Result In Award Of A Firm-fixed Price Type Contract. the North American Industry Classification System (naics) Code For The Potential Requirement Is Anticipated To Be 237990, Other Heavy And Civil Engineering Construction. The Small Business Size Standard For This Naics, As Established By The U.s. Small Business Administration (sba) Size Standard Is $45 Million. The Product Service Code For The Potential Requirement Is Anticipated To Be Y1nz, Construction Of Other Utilities. the Solicitation Is Anticipated To Be Issued Using Full And Open Competition Through The Procurement Integrated Enterprise Environment (piee - Https://piee.eb.mil) And Governmentwide Point Of Entry, The System For Award Management (sam - Www.sam.gov) On Or About 15 November 2024 With Proposals Tentatively Due 14 January 2025. it Is Currently Anticipated That The Government Will Conduct A Pre-proposal Conference And/or Site Visit On Or About 3 December 2024. The Specific Date, Time, Location, And Access Requirements Will Be Identified In Any Forthcoming Solicitation. please Do Not Request A Copy Of The Solicitation, Or Draft Plans And Specifications, As They Are Not Currently Available. Any Available Technical Data Will Be Furnished With Any Forthcoming Solicitation. Following Solicitation Release, All Responsible Sources May Submit A Proposal That Shall Be Considered By The Agency. This Project And/or The Anticipated Solicitation May Be Changed, Delayed, Or Canceled At Any Time. the Anticipated Solicitation And Attachments May Be Posted In Portable Document Format (.pdf) Which Will Require Adobe Acrobat Reader To Open And View Files. Adobe Acrobat Reader May Be Downloaded Free Of Charge At Http://www.adobe.com/products/reader. all Prospective Offerors Should Be Registered In The Piee System At Least One (1) Week Prior To The Anticipated Proposal Due Date. Registration Is Not Required To Download Any Forthcoming Solicitation Documents, Plans, And/or Specifications, But Is Required To Submit A Proposal. Copies Of The Solicitation And Attachments Will Be Made Available For Inspection Without Charge After The Solicitation Is Released, When Accessed Through Piee. Failure To Register In Piee Will Prevent Submission Of Proposals As The Government Will Not Accept Them By Any Other Means. See Linked Piee Registration Instructions And Web-based Training For Information About How To Access The Piee Solicitation Module And Submit Proposals. electronic Proposal Submission Is Required Through Procurement Integrated Enterprise Environment (piee) all Prospective Offerors Must Be Registered In Sam Before The Anticipated Solicitation Closing Date. Please See The Sam Website For Information About Sam Registration Requirements And Approval Timelines. it Is Anticipated That Any Future Solicitation And/or Resulting Contract Will Be Subject To The E-verify Employment Eligibility Verification Program (http://www.uscis.gov/e-verify). Additionally, The Awardee Will Be Required To Contract With The Privatized Utilities Companies That Service Hill Afb To Complete The Required Work. usace Will Not Notify Prospective Offerors Of Any Changes To The Solicitation; Offerors Must Monitor Piee And Sam For The Solicitation To Be Posted, And For Any Posted Changes Or Amendments. the Only Interested Vendors / Plan Holders / Bidders List Is Available Through Sam.gov; Contractors Are Responsible For Identifying Their Entity As An Interested Vendor And Contacting Other Interested Vendors. Usace Spk Will Not Review Capabilities Statements Submitted In Response To This Synopsis Or Coordinate Partnering Arrangements Between Parties. Contractors Should Check Sam.gov Frequently For Changes To The Interested Vendors List And This Notice.
Closing Date14 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Excavation
United States
Details: This Synopsis/pre-solicitation Notice Is Only A Notification That A Solicitation Is Anticipated And Forthcoming. All Questions Regarding This Synopsis/pre-solicitation Should Be Submitted In Writing To The Point Of Contact(s) Indicated Below. construction Project: pre-solicitation Notice Number: W912dw25b0005 the Magnitude Of Construction Is Estimated To Be Between $1,000,000 And $5,000,000. the Resulting Contract Will Be Firm-fixed-price. project Description: seattle District Requires Hydraulic Maintenance Dredging Of The Quillayute River Federal Navigation Channel, The Access Lanes With The Boat Basin, And The Boat Basin. All Materials Are To Be Placed In Defined Areas As Shown On Plans Within The In-water Work Window. The In-water Work Window For Placement On First Beach Is 01 September 2025 Through 01 March 2026. The In-water Work Window For Placement At Site B Is 16 September 2025 Through 30 March 2026. the Work Is In La Push, Washington Within The Quileute Tribal Reservation. It Is Located Within The Boundaries Of The Quileute Tribe’s Usual And Accustomed Fishing Area. Depending On The Fish Run, Tribal Fishing Will Be Occurring In The Navigational Channel And Boat Basin, In Various Locations And At Various Time During The Construction Operation. in Addition, The Vertical Plane Of Reference Is Nos Mean Lower Low Water (mllw) (u.s, Survey Feet, Epoch 1983-2001). Horizontal Control Is Based On Lambert Grid Projection For Washington North Zone 4601, Nad 83/2011. The Benchmarks For This Area Are Designated As The Following: 2396 G 2005, Pid Bbbl38. The Benchmark Is A 9/16" Stainless Steel Deep Rod Driven 16.63 M (54.6 Ft) To Refusal, Located Just South Of The Quileute Marina Boat Ramp, 3.7 M (12.1 Ft) North Of A Utility Pole, 2.8 M (9.2 Ft) West Of The Centerline Of The Asphalt Walk 0.62 M (2.0 Ft) East Of The Orange Witness Post, And 0.15 M (0.5 Ft) Below The Natural Grade. 944 2396 Tidal 7, Pid Sd0158. To Reach The Station From The Junction Of Sr101 And Sr110 (la Push Rd.) North Of Forks; Go Southwesterly 13.8 Miles Where The Road Turns Right And Becomes Alder Street; Then Left On River Street To A Three-way Intersection At Main Street; Then Turn Left On Main Street; Go Approximately 200 Feet To An Asphalt Drive Leading To A Two-story Wooden Building Made Of Cedar Shakes And Blue Metal Roof (formerly The Coast Guard Administration Building), Quileute Tribal School. 11+00 - 25+00 F. Lt Toe. To Reach The Station From The Junction Of Sr101 And Sr110 (la Push Road) North Of Forks; Go Southwesterly 13.8 Miles Where The Road Turns Right And Becomes Alder Street; Then Left On River Street To A Three-way Intersection With Main Street; Turn Right On Main Street Turn Right On Main Street, Go 0.2 Mile To A Gravel Drive Entrance To The Quileute Marina Boat Ramp. From The Benchmark Is Approximately 250.00 Feet N35e On The East Edge Of Gravel Drive Thru The Boat Trailer Parking Area. The Benchmark Is A Brass Disk Set Flush In A 1.00 Feet X 0.80-foot Concrete Base Flush With Natural Ground. 15.00 Feet East Of The Approximate Centerline Gravel Drive, 12.30 Feet S75w From Power Pole 219142, And 91.40 Feet N20e From Power Pole 219143. see The Forthcoming Solicitation For Details About Bid Submission And Virtual Bid Opening. The Naics Code For This Procurement Is 237990, Other Heavy And Civil Engineering Construction, And The Associated Small Business Size Standard Is $37,000,000 In Average Annual Receipts. the Solicitation Will Be Restricted To Small Businesses. offerors Are Responsible For Checking For Any Update(s) To The Notice/solicitation. The Government Is Not Responsible For Any Loss Of Internet Connectivity Or For An Offeror's Inability To Access The Document(s) Posted At The Referenced Website. To Obtain Automatic Notifications Of Updates To This Notice, You Must Log In To Www.beta.sam.gov And Add The Solicitation To Your Watchlist. If You Would Like To List Your Firm So Others Can See You Are An Interested Vendor, You Must Click The ‘add Me To Interested Vendors’ Button In The Listing For This Solicitation On Www.beta.sam.gov. important Notice: all Contractors Proposing/bidding On Department Of Defense (dod) Solicitations Must Be Registered In The System For Award Management (sam) Database Prior To Submitting A Proposal/bid. The Purpose Of This Database Is To Provide Basic Business Information And Capabilities To The Government. The Sam Website Can Be Accessed At Www.sam.gov. Contractors Are Encouraged To Register As Soon As Possible. All New Contracts Can Be Made Only To Contractors Who Are Registered In Sam. This Requirement Applies To All Dod Contract Awards.
Closing Date9 May 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: This Is A Sources Sought Notice Issued Solely For Market Research Purposes Under Far Part 10. The U.s. Army Corps Of Engineers (usace), Sacramento District, Is Seeking To Identify Qualified Firms Interested In And Capable Of Performing As A Matoc Contractor To Support Regional Vertical And Select Horizontal Construction Projects Throughout The Usace Enterprise. This Notice Does Not Constitute A Request For Proposal (rfp), Invitation For Bid (ifb), Or Any Commitment On The Part Of The Government To Issue A Solicitation Or Award A Contract In The Future. the Purpose Of This Notice Is To Assess The Availability And Capability Of Potential Sources To Provide The Required Services And To Ensure Adequate Competition Among A Pool Of Responsible Contractors. Firms With No Prior Government Contract Experience Are Still Encouraged To Respond. anticipated Contract Overview the Sacramento District Intends To Establish A Regional Multiple Award Task Order Contract (matoc) With An Estimated Ceiling Of $5 Billion To Support Vertical Construction And Some Horizontal Projects. The Expected Duration Of The Idiq Contracts Is Eight (8) Years. there Are Two Anticipated Matocs: unrestricted (firm Fixed Price) For Construction Requirements Greater Than $10 Million To Support The South Pacific Division Entire Area Of Responsibility. small Business Set-aside (firm Fixed Price) For Requirements Less Than $10 Million To Support Each District’s Geographical Boundary. the Majority Of Individual Task Orders Under This Program Are Expected To Range From $5 Million To $50 Million. Contractors Must Have Sufficient Bonding Capacity To Support Multiple Simultaneous Task Orders. work Will Primarily Support The South Pacific Division Area Of Responsibility (aor), Which Includes California, Arizona, Nevada, Utah, New Mexico, And Portions Of Colorado, Oregon, Idaho, Wyoming, And Texas. However, Support May Extend Across The Broader Usace Enterprise. contracts Will Be Administered Under Dfars 217.204(e)(i), And Contractors Shall Comply With Far 52.236-1 And Far 36.501, Requiring At Least 15% Of The Contract Cost (excluding Materials) To Be Self-performed. the Primary Naics Code Is 236220, Commercial And Institutional Building Construction With A Size Standard Of $45 Million, And The Federal Supply Code (fsc) Is Y1jz. A Secondary Naics Code Is 237990 Construction Of Miscellaneous Buildings And, Other Heavy And Civil Engineering Construction With A Size Standard Of $45 Million, And The Fsc Y1pz. The Duration Of The Suite Of Idiq Contracts Within The Programmatic Approach Is Eight Years. scope Of Work matoc Contractors Will Perform A Wide Variety Of Design-bid-build (dbb) And Design-build (db) Construction Projects. These Include, But Are Not Limited To: vertical Construction: New Construction, Additions, Renovations, Repairs, Or Demolition Of Buildings And Supporting Systems. horizontal Construction: Roads, Utilities, Levees, Rail Closures, Waterfront Improvements, And Related Infrastructure. work Will Include Management Of Subcontractors And Self-performance Of Trades Such As Masonry, Painting, Electrical Work, And Other Specialties. sample Project Types (not Limited To) military Construction (milcon): fire Stations, Hangars, Fitness Centers, Child Development Centers, Utility Systems, Barracks, Airfields, Labs, Data Centers, Etc. energy-related Construction (e.g., Microgrids, Solar/wind Projects) water/wastewater Systems civil Works: levee Improvements, Flood Walls, Slurry Walls, Railroad Closures, Waterfront Improvements facility Sustainment, Restoration, And Modernization (fsrm): routine Repair And Improvement Projects On Military Installations interagency And International Support: demolition And Campus Development Projects capability Statement Instructions interested Firms Are Invited To Submit A Capability Statement (maximum 20 Pages) That Addresses The Following: company Information: Name, Address, Uei (unique Entity Id), Point Of Contact, Phone Number, And Email. interest: Indicate Interest In Competing For This Requirement. project Experience: demonstrate The Ability To Simultaneously Perform/manage Four (4) Or More Construction Projects In Geographically Separate Areas (300+ Miles Apart), Within The Last 3 Years, Each Valued At $5m Or More. at Least One Project Each Should Reflect Experience With Both Design-bid-build And Design-build Delivery Methods. for Each Project, Include: brief Description type Of Work role (self-performed Elements) customer Name contract Value completion Date customer Satisfaction Results business Size: State Your Business Size Under Naics 236220 (size Standard $45m). If Small, Indicate Type (e.g., 8(a), Hubzone, Wosb, Sdvosb, Etc.). joint Ventures: Provide Details Of Any Existing Or Potential Joint Ventures. bonding Capacity: Include A Letter From Your Surety Indicating Your Current Bonding Limits. market Research Questions: where Are Your Company’s Offices Located? in Which Of The Following States Are You Able/willing To Perform Work: Ca, Az, Nv, Ut, Nm, Co, Or, Id, Wy, Tx? commercial Brochures Or Other Marketing Materials May Be Submitted As Supplements But Will Count Toward The Page Limit. submission Details responses Are Due No Later Than 5:00 Pm Pacific Time On 23 May 2025. submit All Capability Statements And Inquiries To: mr. Dayon T. Santos email: Dayon.t.santos2@usace.army.mil include The Sources Sought Number W9123825s0016 In The Email Subject Line. disclaimer this Sources Sought Is Issued Solely For Market Research And Planning Purposes. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Participation Is Voluntary And At No Cost To The Government. All Responses Will Assist Usace In Shaping Its Acquisition Strategy, Including The Potential For A Small Business Set-aside.
Closing Date24 May 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Excavation
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Proposals. There Will Not Be A Solicitation, Specifications, Nor Drawings Available At This Time. the U.s. Army Corps Of Engineers – Norfolk District Is Anticipating A Future Procurement For A Firm-fixed-price Construction Contract For Thimble Shoal Maintenance Dredging, Hampton Roads, Virginia. description Of Work: the U.s. Army Corps Of Engineers – Norfolk District Is Seeking Eligible Firms Capable Of Performing Maintenance Dredging By Hopper Dredge, By Bucket Dredge, Or A Combination Of The Two In The Thimble Shoal Channel, Part Of The Norfolk Harbor Federal Navigation Project. The Segments Are Being Dredged To Required Depth Of -56 Feet Mllw. One Foot Of Allowable Overdepth Dredging Will Be Considered As Part Of The Contract Dredging Pay Prism. Minor Areas Of New Work Dredging May Be Encountered When Performing Maintenance Dredging. Dredged Material Generated By The Project Is Expected To Be Transported And Placed Within The Cells At The Dam Neck Ocean Disposal Site (dnods). Dredging Is Estimated To Generate Approximately 1,000,000 To 1,500,000 Cubic Yards Of Pay Volume. The Contractor Shall Be Responsible For The Following: Dredging Within The Designated Areas To The Proposed Required And Allowable Pay Depths, Transporting The Dredged Material To The Dnods, Discharging The Material By Bottom Dump Method Into The Designated Government-furnished Placement Site, Performing Pre-placement And Post-placement Surveys Of The Cells Utilized At Dnods, And Communicating With The Port Of Hampton Roads Maritime Users To Minimize Impacts To Vessel Traffic, Adjacent Structures, And Other Dredging Operations. in Accordance With Dfars 236.204, The Estimated Construction Price Range For This Project Is Between $25,000,000 And $100,000,000. Naics Code 237990, Other Heavy And Civil Engineering Construction, Applies To This Project. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Synopsis. construction Time: the Work Will Commence First With Performance Beginning Within 20 Calendar Days Of Receipt Of Notice-to-proceed (ntp). The Construction Period Of Performance Will Be Approximately 325 Calendar Days From Issuance Of The Ntp. *there Are Restrictions On Hopper Dredging In The Channel. No Dredging Will Be Allowed Between September 1 And 15 November For The Protection Of Sea Turtles, So The Contractor Is Expected To Plan Their Work Accordingly. industry Survey the Following Confidential Survey Questionnaire Is Designed To Apprise The Corps Of Prospective Contractors' Project Execution Capabilities. Please Provide Your Response To The Following Questions. All Questions Are In Regard To Thimble Shoal Maintenance Dredging Project In Hampton Roads, Virginia. please Provide Company’s Name, Address, Point Of Contact, Phone Number, And E-mail Address. would You Be Interested In Bidding On The Solicitation When It Is Issued? If The Answer Is No, Please Explain Why Not? have You Worked On Jobs Similar In Nature, Complexity And Magnitude To This Project Within The Past 5 Years? have You Managed The Dredge Material Placement Sites With The Inflows Similar In Magnitude To This Project In The Past 5 Years? if So, Please Describe The Project(s) And For Whom The Work Was Performed. Indicate The Dollar Value Of The Project(s). Identify A Point Of Contact (s) And Phone Number, As A Reference Of Relevant Experience. would You Be Bidding On This Project As A Sole Contractor, Prime Contractor With Subcontractor(s) Or As A Joint Venture? is There A Dollar Limit On The Size Of Contract That You Would Bid? If So, What Is That Limit? what Is The Largest Dredging Contract, In Dollars, On Which You Were The Prime Contractor? what Is Your Bonding Capacity Per Contract? What Is Your Total Bonding Capacity? what Is Your Firm’s Business Size (e.g., Lb, Sb, 8(a), Hubzone, Sdvosb, Wob)? are You Familiar With The Safety And Health Requirements Of Em 385-1-1? please Only Include A Narrative Of The Requested Information. Additional Information Will Not Be Reviewed. This Sources Sought Synopsis Should Not Be Construed In Any Manner To Be An Obligation Of The U.s. Army Corps Of Engineers–norfolk District To Issue A Contract, Or Result In Any Claim For Reimbursement Of Costs For Any Effort You Expand Responding To This Request. No Solicitation Is Currently Available. the Government Will Utilize This Information In Determining An Acquisition Strategy. Please State All Of The Socio-economic Categories In Which Your Company Belongs—(8)(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned. please Submit Capability Packages And Responses To The Above Questions Via Email To Amy Herrera Coody At Amy.h.coody@usace.army.mil, Copying Tiffany N. Kirtsey At Tiffany.n.kirtsey@usace.army.mil. Responses Must Be Submitted No Later Than 06 January 2025. the Official Synopsis Citing The Solicitation Number Will Be Issued On Sam.gov At Https://sam.gov/content/home. all Prospective Contractors Are Required To Be Registered In The System For Award Management (sam) Database Prior To Contract Award. Offerors And Contractors May Obtain Information On Registration And Annual Confirmation Requirements By Calling 1-866-606-8220 Or Via The Internet At Https://www.sam.gov . Representations And Certifications Applications Apply To This Solicitation. Representations And Certifications May Be Completed Online Via The Sam. no Attachments Or Links Have Been Added To This Opportunity.
Closing Date7 Jan 2025
Tender AmountRefer Documents 

Civil Aviation Authority Of The Philippines - CAAP Tender

Others
Philippines
Details: Description February 25, 2025 Request For Quotation The Civil Aviation Authority Of The Philippines (caap D.z.r. (tacloban) Airport), Through Its Canvass And Contract Committee (ccc), Will Undertake A Shopping For The “procurement Of Office Supplies For Pmo-caap/dotr (project Management Expense – Office Supplies) At Tacloban Airport Of Dotr Downloaded Projects” In Accordance With Section 52.1 (b) Of The Implementing Rules And Regulations Of Republic Act No. 9184. Rfq No. : C25-01-001 Name Of Project : Procurement Of Office Supplies For Pmo-caap/dotr (project Management Expense – Office Supplies) At Tacloban Airport Of Dotr Downloaded Projects Approved Budget For Contract : P399,751.23 Terms : See The Attached Annex “a” For Terms Of Reference And Corresponding Specifications Location : Caap D.z.r. (tacloban) Airport, Tacloban, City Delivery Term : Twenty-five (25) Calendar Days From The Receipt Of Notice For Compliance Delivery Time : 8:00 Am-4:00 Pm (working Days) Interested Suppliers/bidders Are Required To Submit Their Valid And Current Documents Which Must Be Properly Fastened And Sealed In An Envelope: 1. Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; 2. Philgeps Certificate Of Registration; 3. Price Quotation Form (annex “a”) Completely And Properly Filled Up Including Letterhead, Date, Unit Price, Etc. Incomplete Or Patently Insufficient Price Quotation Form May Be A Ground To Disqualify Bidder. 4. Brochure If Applicable. Submission Of Quotations Must Be Made At This Office On Or Before The Opening Of Quotations Scheduled On March 4, 2025 At 1:30 Pm, At The Caap, D.z.r. Airport Conference Room. The Winning Supplier Shall- Upon Claiming Of The Contract- Present The Original Copy Of The Documents Listed Above For Comparison, Or Submit A Certified True Copy Of The Original Document Which Must Be Certified By The Issuing Government Agency. However, The Original Copy Of The Omnibus Sworn Statement, Price Quotation Form, And Brochure Must Be Included In The Sealed Bid. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. Award Of Contract Shall Be Made To The Lowest Quotation, Which Complies With The Minimum Description As Stated Above And Other Terms And Conditions Stated In The Price Quotation Form. In Case Two Or, More Bidders Are Determined To Have Submitted The Lowest Calculated/lowest Calculated And Responsive Quotation, Caap-ccc Shall Adopt And Employ “draw Lots’’ As The Tie Breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. The Caap-tac Shall Have The Right To Inspect And/or Test The Goods To Confirm Their Conformity To The Technical Specifications. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By The Bidder Or His/her Duly Authorized Representative/s. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Caap Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damaged Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Ms. Yvette S. Separa Ccc-chairperson (attached Company Letterhead) Annex “a” Price Quotation Form Date: ________________________ The Chairperson Canvass And Contract Committee Civil Aviation Authority Of The Philippines D.z.r. Airport, Tacloban City Sir: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s As Follows: Description Procurement Of Office Supplies For Pmo-caap/dotr (project Management Expense – Office Supplies) At Tacloban Airport Of Dotr Downloaded Projects Item No. Specification Qty Unit Unit Price Total Price 1 Laptop With Cad Software, Civil Engineering Design And Documentation Software, 3d Structural Analysis And Design Software; Cpu: Intel ® Core™ I9 13th Gen / Ryzen 9 7000series, Memory: 16gb Ddr5, Dedicated Gfx: Nvidia Geforce Rtx3060, Storage: 2tb Pcie Ssd (built-in), Screen Size: 15.6", Resolution: Fullhd 1920x1080 (panel: Ips), Refresh Rate: 144hz, Os: Latest Edition Windows Os With Wireless Mouse And Laptop Bag. 3 Units 2 1 Tb Portable External Memory 3 Pcs 3 Cellular Phone W/ Internet Access And Main Camera Of At Least 64 Mp, F/1.9, 26mm (wide), 1/1.72", 0.8pm, Pdaf For Communications And Collection Of Progress Photos. 1 Pc 4 Cellphone Prepaid Load 24 Months 5 A3 Printer W/ Scanner (epson L15150) 1 Unit 6 Binder Clips (19mm & 50mm) 20 Boxes The Above-quoted Unit Prices Are Inclusive Of All Costs And Applicable Taxes. Very Truly Yours, ___________________________________ Name And Signature Of Representative ___________________________________ Position ___________________________________ Name Of Company ___________________________________ Contact No. ___________________________________ Email Address
Closing Date4 Mar 2025
Tender AmountPHP 399.7 K (USD 6.8 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Others
United States
Details: Sources Sought Synopsis for webbers Falls Tainter Gate Replacement webbers Falls Lock & Dam muskogee County, Oklahoma this Is A Sources Sought Announcement; A Market Survey For Information Only, To Be Used For Preliminary Planning Purposes. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded from This Synopsis. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Synopsis Or Any Follow Up Information Requests. Respondents Will Be Notified Of The Results Of The Evaluation Upon Request. the U.s. Army Corps Of Engineers – Tulsa Has Been Tasked To Solicit For And Award A Contract For Repairs Or Replacement Of The Tainter Gates At Webbers Falls Lock And Dam, In Oklahoma. The Proposed Design-bid-build Project Will Be Procured As A Competitive, Firm-fixed Price Contract In Accordance With Far 15, Negotiated Procurement, Using The Lowest Price Technically Acceptable Approach, Tradeoffs Will Not Be Permitted. The Type Of Set-aside Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Synopsis. the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (hub-zone), Service-disabled Veteran-owned Small Business (sdvosb), And Women-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsible Contractors. Small Businesses, Section 8(a), Hubzone, Sdvosb, And Wosb Businesses Are Highly Encouraged To Participate. this Project Consists Of The Design Of New Tainter Gates To Replace The Existing Spillway Gates At Webbers Falls L&d. The Gates Will Be Designed To Work Within The Constraints Of The Existing Structure Geometry. The Existing Trunnion Yoke Anchorage, Trunnion Girder, Trunnion Girder Anchorage, And Mechanical Equipment Will Be Re-used. The Capacity Of The Existing Features Will Be Verified With The New Gate Weight And Operating Loads. The Construction Contract Will Include Fabrication, Delivery, Installation, Removal Of The Existing Gates, And Other Related Activities Such As Setting Stoplogs, Storage, And Salvage. The Gate Design Will Be Modernized, Detailing Will Be Improved To Minimize Fatigue/fracture Concerns, And Materials And Fabrication Requirements Updated To Be Consistent With Current Guidance. The Number Of Gates To Be Replaced Will Be Determined Based On The Estimated Cost For The Work And The Funding Available. in Accordance With Far 36 And Dfars 236, The Estimated Construction Price Range For This Project Is Between $25,000,000 And $50,000,000. estimated Construction Duration Of The Project Is 365 Calendar Days. the North American Industry Classification System Code For This Procurement 237990 (other Heavy And Civil Engineering Construction) Which Has A Small Business Size Standard Of $45m. the Product Service Code Is: Z2ka (repair Or Alteration Of Dams) small Businesses Are Reminded Of Far 52.219-14, Limitations On Subcontracting. Firm Will Not Pay More Than 85% 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 Toward The 85% Subcontract Amount That Cannot Be Exceeded. Large Businesses Must Comply With The Far 52.219-9 By Submitting A Small Business Subcontracting Plan Should This Action Be Solicited As Full And Open Competition And An Award Is Made To A Large Business Firm. prior Government Contract Work Is Not Required For Submitting A Response To This Sources Sought Synopsis. All Construction Performance Must Be In Compliance With The Usace Safety And Health Requirements Manual (em 385- 1-1), And Must Also Comply With All Federal, State And Local Laws, Ordinances, Codes And/or Regulations. anticipated Solicitation Issuance Date Is On Or About 15 Jul 2025, And The Estimated Proposal Due Date Will Be On Or About 15 Aug 2025, The Official Synopsis Citing The Solicitation Number Will Be Issued On Http://sam.gov, Inviting Firms To Register Electronically To Receive A Copy Of The Solicitation When It Is Issued. firm’s Response To This Synopsis Shall Be Limited To 5 Pages And Shall Include The Following Information: firm’s Name, Address, Point Of Contact, Phone Number, And E-mail Address. firm’s Interest In Bidding On The Solicitation When It Is Issued. firm’s Capability To Perform The Magnitude And Complexity Outlined In The Scope Of Work Above (include Firm’s Capability To Execute Construction- Comparable Work Performed Within The Past 5 Years): brief Description Of The Project, Customer Name, Timeliness Of Performance, And Dollar Value Of The Project) – Provide At Least 3 Examples. firm’s Business Size – Lb, Sb, 8(a), Hubzone, Sdvosb, Or Wosb. firm’s Joint Ventures (existing), Including Mentor Protégés And Teaming Arrangement Information Is Acceptable. firm’s Bonding Capability (construction Bonding Level Per Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars) Via Letter From Bonding Company. interested Firm’s Shall Respond To This Sources Sought Synopsis No Later Than 2:00pm Cst, 23 May 2025 All Interested Firms Must Be Registered In Sam To Be Eligible For Award Of Government Contracts. Mail, Fax Or Email Your Response To Tyler Godwin, U.s. Army Corps Of Engineers, Tulsa District (cect-swt), 2488 East 81st Street, Tulsa, Ok 74137-4290. Email: Tyler.l.godwin@usace.army.mil.
Closing Date23 May 2025
Tender AmountRefer Documents 

Dubai Municipality Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United Arab Emirates
Details: Schedule 5(a): Remuneration - General: The Remuneration Of The Consultant For The Performance Of The Duties As Described In Clause 2, 3 And 4 Shall Be As Follows:- Schedule 5(a): Remuneration - General - 3.11.1.a- D: Consultancy Services For The Study: Dubai Beautification Visual Identity Design Report - 3.1.1.1. E & F: Consultancy Services For The Study: * Dubai Beautification Visual Identity Guidelines Report * Study Areas (1&2) Data Collection And Current Situation Assessment Reports - 3.1.1.1. G: Consultancy Services For The Study: Study Areas (1&2) Concept Designs - 3.1.1.2: Consultancy Services For Preliminary Design - 3.1.1.3: Consultancy Services For Final Design - 3.1.1.4: Consultancy Services For The Preparation Of Tender Documents - 3.1.1.5 (b): Tender Procedure And Tender Report - 3.1.1.6: Consultancy Services For Contract Preparation - 3.1.1.7 (stage 7): Payment For Construction Supervision - -: For The Supervision Of The Works As Described In Stage 7 (reference Clause 3.1.1.7) - -: Schedule Of Payments: (position Rates) - Position: Resident Engineer (project Manager) - Position: Civil Engineer - Position: Architect - Position: Interior Design Engineer - Position: Landscape Architect - Position: Bim Specialist (certified) - Position: Document Controller (administrator) - Position: Draftsman - Position: Structural Engineer - Position: Mechanical Engineer - Position: Electrical Engineer - Position: Quantity Surveyor - Position: Land Surveyor - Position: Inspector (civil) - Position: Inspector (mechanical) - Position: Inspector (electrical) - Position: Planner - *: All Other Services Required To Provide Efficient Supervision During Construction Stage & Any Required Staff Not Mentioned In The Schedule Will Considered As Office Back –up(refer To Clause 3.1.17 Gccsa) Full Time – Up To 08 Hours Per Day : Part Time : Up To 4 Hours Per Day - 3.1.1.8 : Statement At Completion And Defects Liability Period - 3....
Closing Date24 Mar 2025
Tender AmountRefer Documents 
7161-7170 of 7549 archived Tenders