Civil Engineering Tenders

St Johns River Water Management District Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Details: Project Description The Objective Of The Project (project) Is To Inspect All Underwater Culvert/structures Identified In Attachment A – Statement Of Work, Appendix A - Underwater Inspection List, To Assess Their Current Condition And Provide Critical Information For Repair And Maintenance Activities. Inspection Reports Will Be Supplied To The United States Army Corps Of Engineers (usace). Consultant Shall Provide An Underwater Inspection Team And Qualified Divers To Inspect All Structure Elements Which Are Primarily Below-water. The Underwater Inspection Team Shall Include Individuals Qualified By Experience And Training In The Inspection, Design, Construction And Understanding Of The Operation Of Flood Control Structures. A Minimum Of One (1) Member Of The Inspection Team Shall Be A Professional Engineer Licensed In The State Of Florida Under Chapter 471, Florida Statute. The Professional Engineer, As A Member Of The Inspection Team, Shall Be Responsible For The Overall Underwater Inspection Findings And Recommendations. All Dive Operations Shall Meet The Requirements And Qualifications Of Osha 29 Cfr Part 1910, Subpart T - Commercial Diving Operations. Underwater Inspectors Must Be Familiar With The Principles Of General Civil, Geotechnical, Structural, Electrical And Mechanical Engineering. In Addition To Osha 29 Cfr Part 1910, Consultant Shall Ensure That All Other Applicable Federal And State Safety Regulations Are Met. This Includes Providing Staff And Equipment To Meet The Requirements. Structure Underwater Inspections Shall Be Based On Usace’s Manual Em 1110-2-2902 Conduits, Pipes, And Culverts Associated With Dams And Levee Systems, Chapter 6: Inspections, Condition Assessments, And Prioritized Mitigation Plans. Other Federal Or Industry Standards Of Practice May Be Utilized For Specific Activities If Appropriate. The Following List Presents A Partial Listing Of Inspection Standards; Other Standards May Also Apply. Consultant Shall Use The Most Recent Version Of Referenced Standards. Underwater Inspection Of Bridges Fhwa-nhi-10-027; U.s. Dot/fhwa Underwater Investigations Standard Practice Manual, Level 1 Inspections, American Society Of Civil Engineer’s (asce)

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Civil Works Others, Building Construction
Corrigendum : Closing Date Modified
United States
Closing Date14 Jan 2025
Tender AmountRefer Documents 
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.

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Excavation
United States
Closing Date9 May 2025
Tender AmountRefer Documents 
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.

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date24 May 2025
Tender AmountRefer Documents 
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.

Dubai Municipality Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United Arab Emirates
Closing Date24 Mar 2025
Tender AmountRefer Documents 
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....

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents 
Details: This Sources Sought Notice Has Been Edited To Reflect A New Response Deadline Of January 8, 2025. this Is A Sources Sought Notice. This Is For Market Research Purposes Only – This Notice Does Not Constitute A Solicitation Announcement Or Restrict The Government To An Ultimate Acquisition Approach And No Award Will Occur From This Notice. No Solicitation, Specifications, Or Drawings Are Available For This Notice. This Is Not A Request For Proposal (rfp) Or Invitation For Bid (ifb). introduction: the U.s. Army Corps Of Engineers, Detroit District, Is Issuing This Sources Sought Notice And Conducting Market Research As A Means To Identify The Interest And Capabilities Of Both Small And Large Business Entities To Provide Repairs To The Lexington Harbor Breakwater Located In Lexington, Michigan. no Basis For Claim Against The Government Shall Arise As A Result Of A Response To This Sources Sought Notice. The Government Will Not Pay For Information Or Comments Provided And Will Not Recognize Any Cost Associated With The Submission Of Responses Or Comments. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses (in Full Or In Part) Or Procured Through Full And Open Competition. All Small Business Set-aside Categories Will Be Considered. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. project Description: this Project Includes Breakwater Repair And Dredging Operations At Lexington Harbor. The North Breakwater Is A Permeable Rubble Mound Structure And Allows Sand Shoaling Within The Harbor. Voids In The North Breakwater Are Exacerbating Sediment Infiltration Within The Harbor. A Walkway Is Present Atop The North Breakwater. The Walkway Is Approximately 5 Feet Wide And Generally In Good Condition. The North Breakwater Voids Are Partially Sand Filled. The Sand Fill Depth Varies; However, Sand Generally Extends To The Existing Water Elevation. the Project Objective Is To Alter The Existing Permeable Rubble Mound Breakwater Structure To An Impermeable Structure. The Proposed Scope Of Work Includes Constructing A Grout Curtain Wall Within The Structure. The Proposed Grout Curtain Wall Is Chemical Grout And A Controlled Low‐strength Material. The Chemical Grout Material Is Proposed Within The Sand Filled Breakwater Structure. The Controlled Low‐strength Material Is Proposed Above The Sand Filled Area. The Intent Of The Grout Curtain Wall Is To Prevent Sand From Infiltrating Through The Breakwater Structure. additionally, This Project Proposes To Include Incidental Or Optional Dredging Of An Estimated 21,000 Cubic Yards (cy). Dredge Equipment Access May Require Dredging An Estimated 9,500 Cy Within The Federal Channel And An Additional 11,500 Cy Estimated Outside The Federal Channel In A Portion Of The Existing Sand Shoal Within The Harbor. Dredge Material Disposal Is Contemplated To Use A Combination Of Trucking Spoils For Upland Placement And Beach Nourishment Placement With Dredge Material Within The Federal Channel To Be Truck Loaded And Placed Upland. The Lexington Harbor Boat Launch Is Available As A Transfer Site Location For Upland Placement Trucking Operations At Two Upland Placement Sites With The First Site Located Approximately 1‐1/2 Miles Northwest Of The Transfer Location And The Second Site Located Approximately 1 Mile Southwest Of The Transfer Site. Dredge Material Outside The Federal Channel Is Proposed As Beach Nourishment Deposited In A Controlled Manner Evenly Across The Nourishment Area. The Beach Nourishment Location Is Anticipated To Be Approximately 1/2 Mile South Of The Dredge Area. as Previously Stated, The Project Includes Breakwater Repair By Constructing A Grout Curtain Wall And Incidental And/or Optional Dredging Operations. Listed Below Are The Anticipated Features Of Work And The Associated Percentage Of The Total Project Work. 1. Grout Curtain Wall – 78 Percent 2. Dredging – 15 Percent 3. Upland Trucking – 5 Percent 4. Beach Nourishment Placement – 2 Percent lexington Harbor Federal Navigation Channel Map Available At Https://lre-ops.usace.army.mil/oandm/projectmaps/lre_n058.jpg the North American Industrial Classification System (naics) Code Is 237990 - Other Heavy And Civil Engineering Construction, Which Has A Small Business Size Standard Of $45 Million. The Product Service Code (psc) Is Y1pz - Construction Of Other Non-building Facilities. Businesses Of All Sizes Are Encouraged To Respond; However, Each Respondent Must Clearly Identify The Firm’s Business Size In The Attached Questionnaire. Small Business Firms Interested In Performing This Work Are Strongly Urged To Respond To This Notice. Responses To This Sources Sought Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. sources Sought Responses: if Your Organization Has The Potential Capacity And Capability To Perform This Type Of Work, Please Complete The Attached Questionnaire And Submit Via Email To Contract Specialist Joseph Orlando At Joseph.orlando@usace.army.mil And Contracting Officer Lisa May At Lisa.m.may@usace.army.mil No Later Than2:00 Pm Eastern Time On January 8th 2025. Please Reference In The Subject Line "sources Sought Lexington Harbor Breakwater Repair.” Responses Shall Be In Summary Format And Shall Not Exceed Twenty (20) Pages. all Data Received In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government. the Government Is Not Committed Nor Obligated To Pay For The Information Provided, And No Basis For Claims Against The Government Shall Arise As A Result Of A Response To This Sources Sought Notice. respondents Will Not Be Contacted Regarding Their Submission Or Information Gathered As A Result Of The Sources Sought.

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents 
Details: This Sources Sought Announcement # W912dw24r118q Is For Informational And Market Research Purposes Only. This Is Not A Request For Proposals, Quotations, Or Bids, Nor A Synopsis Of A Proposed Contract Action Under Far Subpart 5.2. The Proposed Action Will Be A Construction Project With A Firm-fixed Price Contract. The Type Of Solicitation To Be Issued Will Depend Upon Information Received In Response To This Sources Sought Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Sources Sought Announcement Or Any Follow-up Information. responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. No Solicitation Is Currently Available. This Is Not A Request To Be Placed On A Solicitation Mailing List And Is Not To Be Construed As A Commitment By The Government. The Results Of This Survey Will Be Considered To Be In Effect For A Period Of One Year From The Date Of This Notice. The Purpose Of This Sources Sought Announcement Is To Gain Knowledge Of Potentially Qualified Small Business, 8(a), Woman Owned Small Business, Service-disabled Veteran Owned small Business, And Hubzone Contractor Sources;to The Naics Code 237990 – Other Heavy And Civil Engineering Construction, Psc Code Y1pz-construction Of Other Non-building Facilities, And Small Business Size Standard $45 Million. Depending Upon The Responses Associated With The Business Categories Listed Above, The Solicitation Will Either Be Set Aside In One Of Those Categories Or Be Issued As Unrestricted And Open To Both Small And Large Businesses. After Review Of The Responses To This Announcement And If The Government Still Plans To Proceed With This Project; A Separate Solicitation Announcement Will Be Published On Sam.gov (www.sam.gov). Responses To This Announcement Are Not An Adequate Response To Any Future Solicitation Announcement. background: the U.s. Army Corps Of Engineers, Seattle District Is Seeking Small Business Sources For A Construction Project Entitled Chief Joe Spillway Monolith Joint Sealant. The Work Is Located At The Chief Joseph Dam In Bridgeport, Washington. This Will Be A Firm Fixed Price Construction Contract, With Work Scheduled To Be Performed Nov 2025 – Feb 2026. the Objective Of This Project Is To Reduce Seepage Into The Spillway Drainage Galleries, Thereby Reducing Maintenance And Safety Issues. New Waterstops Will Be Installed At Four Spillway Construction Joints From The Spillway Ogee Crest, As Well As Two Other Monolith Locations From The Deck Of The Dam Using A Drilled Hole With Hydrophilic Waterstop System. The Proposed Repair Work Will Involve Drilling Out The Existing Monolith Drain Hole, Cleaning The Holes, Tremie Grouting Any Voids Within The Joint, And Installing Hydrophilic Urethane Cylinders In The Holes. The Cylinders Will Form New Waterstops. Drill Holes Will Be 6 Or 8-inches In Diameter And Hole Depths Are In The 100-200 Foot Range. Additional Crack Sealing Work Will Be Completed In The Forebay On The Upstream Face Of The Spillway, With Diving Depths Not To Exceed 150 Feet. construction Required: prospective Offerors Will Need To Demonstrate Specialized Experience With The Following: down-hole Hammer Drilling In Concrete With Vertical Control Tolerances To Depths Greater Than 100ft And In Complex And Difficult To Access Areas Similar To The Size And Scope Of The Solicitation. underwater Or Marine Environment Concrete Crack Repair Or Surface Sealing Similar To The Size And Scope Of The Solicitation. responses To Announcement Should Include: a Capability Statement Expressing Interest In This Requirement, Describing Your Company and Its Capability To Complete A Project Of This Magnitude And Complexity. 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. 2. A Statement Or List Of Your Firm's Current Or Past Technical Experience Similar To Or The Same As The Summary Scope Of Work And Construction Magnitude For This Requirement. Include A Brief Description Of Each Project Scope, Schedule, And Dollar Value, And A Point Of Contact Name, Phone Number And Email Address For The Contracting Organization. magnitude Of Construcation: in Accordance With Fars 36.204(f) “disclosure Of The Magnitude Of Construction Projects,” magnitude Of Construction Is Estimated To Be Between $5,000,000 And $10,000,000. requirements: interested Firms Should Submit A Capabilities Package, To Include The Following: 1. Firm's Name, Address, Point Of Contact, Phone Number, And Email Address. 2. Cage Code And Unique Entity Id (uei) Number. 3. Firm's Interest In Bidding On The Solicitation If Issued. 4. Business Classification: Small Business (sb), Small Disadvantaged Business (sdb), Woman Owned Small Business (wosb), Veteran Owned Small Business (vosb), Service Disabled Veteran Owned Small Business (sdvosb), Historically Underutilized Business Zone Small Business (hubzone), 8(a) Program. 5. Firm's Joint Venture Information (if Applicable). all Interested Parties Who Believe They Can Meet The Requirements Are Invited To Submit, In Writing, Complete Information Describing Their Interest And Ability To Meet All Requirements Stated Above. Prior Government Contract Work Is Not Required For Submitting A Response To This Announcement. submit Responses Via Email To: Xuejiao Sun, Xuejiao.sun@usace.army.mil responses Should Be Sent As Soon As Possible, But No Later Than 10:00 Am Pdt, 21 January 2025. Subject Line: Chief Joe Spillway Monolith Joint Sealant Vendor Source all Interested Firms Must Be Registered In The System For Award Management (www.sam.gov) By Time Of Award And Remain Active For The Duration Of The Contract To Be Eligible For Government Contracts. office Of Small Business Programs Poc: Enshane Hill-nomoto, Enshane.nomoto@usace.army.mil. please See Attached Documents For More Details.

DEPT OF THE NAVY USA Tender

Civil And Construction...+2Others, Pipe Line Project
United States
Closing Date13 Mar 2025
Tender AmountRefer Documents 
Details: Solicitation Number: N40085-25-r-2522 this Notice Does Not Constitute A Request For Proposal, Request For Quote, Or Invitation For Bid. the Intent Of This Pre-solicitation Synopsis Is To Make Notice Of A Proposed Contract Action For Performing Construction Services For A Design-bid-build, P502 Replace Fuel Pier, Marine Corps Air Station Beaufort, South Carolina. project Description: this Project Will Replace A Circa 1957 Pier With A New Fuel Pier That Meets Mil-hdbk- 1025/department Of Defense (dod) Unified Facilities Criteria (ufc) 2-000-05n, Facility Planning Criteria For Navy/marine Corps Shore Installations, Ccn 151-40, Ufc 4-150-02, Dockside Utilities For Ship Service, Ufc 3-201-01 Civil Engineering, Updated Sept 2020, And Ufc 4-152-01 Design: Piers And Wharves. Construction Will Include A Single Deck Fueling Pier Approximately 40 Linear Feet (lf) Wide And 169 Lf Long With A Pile Supported Concrete Approach That Is Approximately 25 Lf Wide And 200 Lf Long, With A Minimum 20 Lf Wide (inside Curb-to-curb) Vehicle One-way Travel Lane. The Piping Will Be Protected By Curbing On Either Side And Will Also Provide Containment In The Event Of A Leak. Connecting The Pier And Approach Is A Section Of The Pier Which Measures Approximately 40 Lf Wide By 63 Lf Long, Creating A Pier Resembling A T Shape. the New Facility Will Be Constructed Concurrently With Demolition Of The Existing Facility, Allowing Ability To Maintain Existing Operations. Once Completed, The New Facility Will Also Serve As A Berthing/mooring Pier For Barges And At The Height Required Due To Slr. Primary Facilities Include New Concrete Piles, Decking, Storage Shed, Mooring Dolphins And Fuel Piping To/from The Loading Arm. Providing New Pier With Fueling Arm So That The Facility Will Have Two Defueling Options Instead Of Just One. This Added Redundancy Will Prove Advantageous In Case Of Maintenance On Either Defueling Access Point. Access To The Existing Small Support Crafts Will Be Maintained Throughout Construction, And The Approach Will Be In Almost The Same Footprint As Original, To Maintain Fuel Services, Temporary Lines May Be Required Or Existing Lines Supported In Place During Demolition And Construction. the Completed Time For This Contract Is 790 Calendar Days After Award. this Solicitation Is Being Advertised As "unrestricted" For Full And Open Competition. This Source Selection Procurement Requires Both Non-price (technical And Past Performance) And Price Proposals And Will Utilize The Best Value Continuum Process At Far 15.101-1, Tradeoff. The Basis For Evaluation And Evaluation Factors For Award Will Be Included In The Solicitation. Large Business Concerns Are Required To Submit A Subcontracting Plan Prior To Award Of The Contract. the Appropriate Northern American Industry Classification System (naics) Code For This Procurement Is 236220, Commercial And Institutional Building Construction And The Small Business Size Standard Is $45,000,000. in Accordance With Dfars 236.204(i), The Magnitude Of Construction For This Project Is Between $25,000,000 And $100,000,000. this Office Anticipates Award Of A Contract For These Services By August 2025. a Dynamic Small Business Search (dsbs) Was Conducted, And A Sources Sought Notice Was Issued On 18 October 2024, Seeking Eligible Small Businesses, Hubzone Small Business, Small Disadvantaged Businesses, Service-disabled Veteran-owned Small Businesses, And Women-owned Small Businesses To Determine The Opportunity For A Set-aside. The Government Invited Prospective Offerors With The Capabilities Of Performing Construction Services That Meet Or Exceed The Stated Requirement To Submit A Capabilities Statement. Respondents Were Required To Submit Relevant Experience In Performing Efforts Of Similar Size, Scope, And Complexity Within The Last Ten (10) Years. Based On The Market Research Conducted For This Procurement And In Accordance With Far 19.501(c), The Contracting Officer Has Determined That There Is Not A Reasonable Expectation That An Adequate Number Of Small Business Firms Would Respond To Or Be Qualified To Perform The Requirements Of This Solicitation. Successful Award And Completion Of The Requirements Can Be Achieved By Soliciting The Contract As "unrestricted" For Full And Open Competition. A Dd2579 Small Business Coordination Record Was Approved By The Navfac Midlant Small Business Professional On 19 February 2025. On 21 February 2025, The Small Business Administration (sba) Procurement Center Representative (pcr) Concurred With This Recommendation. the Drawings And Specifications For This Project Will Be Posted With The Solicitation And Are Not Available At This Time. The Solicitation Will Be Issued By Navfac Mid-atlantic, Con21 On Or About 13 March 2025. The Solicitation Number Will Be N40085-25-r-2522. All Documents Will Be In Adobe Pdf File Format And Downloadable From The Piee And Sam.gov Website. The Official Address To The Solicitation Is Https://piee.eb.mil And Https://www.sam.gov Under “contract Opportunities” When It Becomes Available. Contractors Are Encouraged To Register For The Solicitation When Downloading From The Website. Only Registered Contractors Will Be Notified By Email When Amendments To The Solicitation Are Issued. A Free Acrobat Reader, Required To View The Pdf Files, Can Be Downloaded From The Adobe Website. important Notice: All Prospective Offerors Must Be Registered In The System For Award Management (sam). You Must Have An Active Registration In Sam To Do Business With The Federal Government. For Additional Information, Go To Https://www.sam.gov. questions Regarding This Notice Should Be Directed To Scott Schulz At Scott.c.schulz.civ@us.navy.mil

DEPT OF THE ARMY USA Tender

Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
United States
Closing Date1 Apr 2025
Tender AmountRefer Documents 
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 Mouse Creek Detention Located In Cleveland, Tn. 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. While A Sb Set-aside Is Preferred, 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 Mouse Creek Project. the Contractor Will Be Responsible For The Following Activities/items Under The Proposed Contract: the Project Will Include The Following Features Of Work: the Williams Street Detention Structure Is An Earthen Filled Structure That Spans Approximately 160 Feet Across Fillauer Branch Tributary 1. The Structure Has A 10 Ft Top Width With A 3h:1v Side Slope On The Upstream End And A 4h:1v Side Slope On The Downstream End. The Structure Has A Maximum Fill Height Of 15 Feet. The Structures Spillway Spans Approximately 70 Feet And Will Be Lined With Articulated Concrete Block (acb) Acting As A Weir With A 10 Ft Base Width And Three-foot Depth. The Remaining The Downstream Embankment Will Be Lined With Turf Reinforced Mat. The Structure Will Have An 18 Inch Reinforce Concrete Pipe (rcp) Culvert To Pass Low Flow Events. The Site Will Be Graded To Direct Flow To The Rcp Culvert. location: Cleveland, 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): a. Offeror’s Name, Address, Points Of Contact With Telephone Numbers And E-mail Addresses. b. Uei And Cage Code c. Are You A Small Business Under This Naics Code? d. Business Size/ Classification To Include Any Designations (small Business, Hubzone, 8(a), Women Owned, Service-disabled Veteran Owned, Etc.) e. 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. f. 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. g. 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. h. What Is Your Bonding Capacity Per Contract? i. What Is Your Aggregate Bonding Capacity? j. If This Requirement Is Advertised, Do You Anticipate Submitting An Offer? k. 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 Branden Roberts, Contract Specialist, U.s. Army Corps Of Engineers Via Email To Branden.a.roberts@usace.army.mil. Your Response To This Sources Sought Notice Must Be Received By 4:00 Pm Central Time On Tuesday 1 April 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.

Dubai Municipality Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United Arab Emirates
Closing Date13 Jun 2025
Tender AmountRefer Documents 
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 - 3.1.1.1: Consultancy Services For The Studies And Development - 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): Consultancy Service For Tender Procedure - 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: Structural Engineer - Position: Mechanical Engineer - Position: Electrical Engineer - Position: Landscape Architect - Position: Quantity Surveyor - Position: Inspector (civil) - Position: Inspector (mep) - Position: Land Surveyor - Position: Bim Specialist (certified) - Position: Document Controller (administrator ) - 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 - 3.1.1.9 : Defects Liability Certificate And Final Payment Certificate - 3.1.1.10 : Records And Operating Instructions - Important Note: Please Feed The Mentioned Lines (from 2.11.3 To 2.11.10) As Priced Above. - 3.1.1.1: Consultancy Services For The Studies And Development - 3.1.1.2: Consultancy Services For Preliminary Design - 3.1.1.3: Consultancy Services For F...
7161-7170 of 7547 archived Tenders