Civil Tenders
Civil Tenders
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Soon11 Feb 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Announcement. The Government Is Seeking To Identify Qualified Other Than Small And Small Business Sources Under North American Industry Classification System (naics) 237990 (other Heavy And Civil Engineering Construction). The Small Business Size Standard Is $45m. This Notice Is For Market Research Purposes Only And Is Not A Request For Proposal (rfp) Nor Does It Restrict The Government As To The Ultimate Acquisition Approach. The Government Will Not Reimburse Respondents For Any Costs Incurred In Preparation Of A Response To This Notice. this Announcement Constitutes A Market Survey That Is Being Conducted For Planning Purposes Only And The Information Received Will Assist The Government In Developing An Acquisition Method For This Project. This Notice Does Not Constitute A Commitment By The Government For Any Follow-on Announcements, Solicitation, Or Award. The Government Invites Responses From Other Than Small And Small Businesses. This Notice Will Be Used In Part To Determine If There Will Be A Small Business Reserve For The Procurement. there Is An Industry Day Planned For 28 January 2025 Between The Hours Of: 9am-3:30pm. The Purpose Of The Industry Day Is To Encourage Industry Participation, Allow For Networking, Answer Respondent Questions And Confirm The Project Scope. contract Information: The U.s. Army Corps Of Engineers (usace), Los Angeles District Will Select Construction Contracting Firm(s) For A Single Award Task Order Or Multiple Award Task Order For Construction Projects At Iron King Mine–humboldt Smelter (ikm-hs) Superfund Site, Remedial Action Construction (rac), Indefinite Delivery Indefinite Quantity (idiq), Dewey-humboldt, Az. The Idiq Will Have A Value Up To $249,000,000.00. The Contract(s) Are Anticipated To Be Awarded In 2nd Quarter Fiscal Year 2027 With A Five Year-base Period. task Order Limits: minimum: $1,000,000.00 maximum: $50,000,000.00 project Information: Usace Los Angeles District Entered Into A Cooperative Agreement With The United States Environmental Protection Agency (epa) To Provide Remedial Action For The Ikm-hs Superfund Site, Located In Dewey-humboldt, Arizona (site). The Remedial Action Selected Is Presented In The Record Of Decision (rod), Iron King Mine – Humboldt Smelter, Superfund Site, Dewey-humboldt, Yavapai County, Arizona, Epa Id: Az0000309013 (usepa, 2023). The Rac Will Be Completed In Compliance With The Rod And Supplemental Design Information. The Rod Selected Remedy Is Alternative 3b: On-site Consolidation/containment At Two Repositories With Waste Remaining East And West Of The Highway. The Highway Is State Route 69 That Serves As The Main Road To Prescott, Arizona, From Arizona Interstate 17. The Construction Contractor Will Be Expected To Perform The Work Described In The Rod Alternative 3b, Including The Dam Removal Noted Below, Retaining Wall Construction, Creating A Cap For The Two Repositories, And Other Construction Activities As Described And/or As Needed For The Site. alternative 3b Removes Mine And Smelter Wastes, And Contaminated Soils And Moving Them To Two Waste Repositories. Mine Wastes And Contaminated Soils From The Former Mine And Surrounding Areas West Of Highway 69 Would Be Moved Into A Repository On The Existing Mine Tailings Pile West Of The Highway. Mine Wastes At The Former Smelter And In The Chaparral Gulch East Of Highway 69 Would Be Moved Into A Second Waste Repository East Of The Highway. additionally, The Lower Chaparral Gulch Dam East Of The Highway Shall Be Removed To Allow Access To Waste In The Lower Chaparral Gulch And Restore The Natural Hydraulics And Vegetation Of The Drainage. This Shall Include Watershed And Habitat Restoration. A Specific Plan For Removal Of The Dam Will Be Provided To The Dam Removal Contractor. additional Notable Details Concerning The Site Are Associated With The Former Pyrometallurgical Operations And The Wall Of Solid Slag Hanging On A Cliff Above The Agua Fria River. The Former Pyrometallurgical Operations Of The Humboldt Smelter, (former Blast Furnaces, Metal-purifying Converters, Coal And Coke Heating, Sintering, Power Generation, Etc.) Were Situated On The North End Of A High Plateau Surrounded By Steep Slopes And Lower Terrain. This Area Contains Soils Contaminated With Metals Including Arsenic And Lead And The Area Is Covered By Dross Waste. South Of The Former Pyrometallurgical Operations Area, The Smelter Plateau Also Contains Arsenic Lead Contaminated Soils. on The Eastern Edge Of The Smelter Plateau, A Wall Of Solid Slag Hangs On The Cliff Above The Agua Fria River About 80 Feet High. It Contains Roughly 280,000 Cubic Yards Of Material. The Slag Is Similar To Solidified Lava Rock. It Is Inert And Does Not Pose A Chemical Health Risk Unless It Is Pulverized Into Soil-like Material Or Sediments. Data Indicates That Pulverized Slag Is Leachable And Slag Falling Into The River And Being Pulverized Could Release Metals To The River Over Time the Contractor Performing This Work Shall Comply With All Applicable Federal, State, And Local Laws, And Regulations Including, But Not Limited To The 1968 National Oil And Hazardous Substances Pollution Contingency Plan, As Amended, And The 1980 Comprehensive Environmental Response, Compensation And Liability Act (cercla), As Amended. supplemental Information iron King Mine - Humboldt Smelter dewey-humboldt, Az site Documents & Data https://cumulis.epa.gov/supercpad/siteprofiles/index.cfm?fuseaction=second.docdata&id=0905049#sc iron King Mine - Humboldt Smelter | Superfund Site Profile | Superfund Site Information | Us Epa. submission Requirements: Interested Firms Should Submit A Document Describing Relevant Demonstrated Experience And Qualifications Via Email Kinya.r.minami@usace.army.mil; Tezra.hamilton@usace.army.mil And Rubyann.prout@usace.army.mil No Later Than 11 February 2025. The Submissions Should Not Exceed 10 Pages. The Submission Will Address All Questions In The Sources Sought Questionnaire And Your Ability To Perform Services Stated In The Project Information Section Of This Sources Sought. The Purpose Of The Industry Day Is To Encourage Industry Participation, Allow For Networking, Answer Respondent Questions And Confirm The Project Scope. There Is An Industry Day Planned For 28 January 2025 Between The Hours Of: 9am-3:30pm. The Purpose Of The Industry Day Is To Encourage Industry Participation, Allow For Networking, Answer Respondent Questions And Confirm The Project Scope. cover Letters And Extraneous Materials (brochures, Etc) Will Not Be Considered. Questions Concerning Submissions Should Be Directed To Kinya.r.minami@usace.army.mil; Tezra.hamilton@usace.army.mil And Rubyann.prout@usace.army.mil. Personal Visits For The Purpose Of Discussing This Announcement Will Not Be Scheduled. Emails Or Phone Calls Requesting Personal Visits Will Not Receive A Reply. sources Sought Questionnaire section 1: General business Name: business Address: unique Entity Id (uei) In Sam: if Joint Venture (jv), Submit Uei Of The Jv: responsible Point Of Contact (name, Number, Email Address): offeror's Type Of Business And Business Size (small Business, Sdb/8(a), Wosb, Hubzone, Sdvosb Or Other Than Small Business (otsb), Native Americans, Native Hawaiians, Or Alaska Native Corporations section 2: Contractor Arrangement 1) our Firm Will Be Proposing On This Project As A:
a. sole Contractor
b. prime Contractor (if Small Business) Self-performing At Least 15% Of The Work, Or
c. joint Venture With (insert Business Name, Business Size, And Uei). (see Far Subpart 9.6 For Government Policy On Teaming Arrangements, As Well As 8(a)program Regulations Described In 13 Cfr 124.513, Hubzone Program Regulations Described In 13 Cfr 126.616, And Service-disabled Veteran Owned Program Regulations Described In Far 19.1403(c) And 13 Cfr 125.15 (b).)
d. Other Than Small Business (otsb) section 3: Past Performance/capability past Performance Must Include Project Examples From $5,000,000.00 To $249,000,000.00 In Value. The Idiq Will Be Up To $249,000,000.00 The Specific Contract Types Such As Firm Fixed Price (ffp) And Cost Reimbursable (cr), Are Required To Be Specified In The Capability Statements. The Past Performance Duration Is Within The Past 10 Years For Work In Support Of Comprehensive Environmental Response, Compensation And Liability Act (cercla), Resource Conservation And Recovery Act (rcra) And/or Military Installation Restoration Program Sites. the Paste Performance Information Should Include: project Title And Location general Description To Demonstrate Relevance To The Proposed Project scopes Self-performed Vs Subcontracted dollar Value Of Contract percentage Self-performed Vs Subcontracted agency Or Government Entity For Which The Work Was Performed With Contact Information If Possible (reference Name, Phone Number And E-mail Address). demonstrate Compliance With Various Environmental And Construction Permits ability To Perform Work On Time/within Budget capacity To Execute This Project With Other Ongoing Contracts (3) Projects That Are Complete Or At Least 50% Complete That Ran Concurrently Within The Past Ten Years * Note: If Providing Info About A Contract Team, Jv, Etc, Please Provide Examples Where The Team Has Worked Together. Provide A General Description/percentage Of The Work Of Each Team Member. 1) provide Examples Of Experience With Similar Projects In A Firm Fixed Price Or Cost Reimbursable Contract Type.
2) construction Project(s) Experience Within The Last 5 To 10 Years For The Types Shown In The Following List.
a. dam Removal, All Types .
b. concrete Dam Removal.
i. provide Examples Of Coordination With Appropriate State Dam Safety Officials Regarding Dam Removal.
c. borrow Area Excavation, Restoration, And Revegetation Plans.
d. retaining Wall Construction.
e. stream Restoration And Activities Following Dam Removal.
f. waste Repository Construction.
i. regulatory Compliance.
ii. landfills And Repositories Liner And Cover Systems Design And Construction.
iii. landfill Monitoring Instrumentation Installation.
g. examples Of Projects Using Specifications Using Unified Facilities Guide Specifications (ufgs) Products.
h. ecosystem Restoration Design And Application. 3) provide Examples Of Experience With Site Remediation, Waste Removal, And/or Site Restoration Of Similar Scope And Size Within The Past 5 To 10 Years.
4) provide Examples Of Experience With Waste Remediation And/or Waste Removal For Projects Ranging Value From $5,000,000.00 To $20,000,0000.00 Within The Past 5 To 10 Years.
5) provide Examples Of Experience With Waste Remediation And/or Waste Removal For Projects Ranging In Value From $20,000,000.00 To $99,000,000.00 Within The Past 5 To 10 Years.
6) provide Ability To Satisfy Safety And Environmental Regulations In Accordance With The Site Requirements, Along With Local And State Regulations.
7) offeror's Bonding Capability (construction Bonding Level Per Contract And Aggregate Construction Bonding Level, Expressed In Dollars) And Current Local Contracting Capacity.
8) describe Examples Of Contracting With Local/regional Businesses.
provide Examples Of Epa Work Experience, If Applicable. “the Remedial Action Construction (rac), Indefinite Delivery/indefinite Quantity (idiq), Contract Up To $249m, Notice Id W912pl25s0009, Contract Award Will Not Be Dependent Upon Completion Of The Initial Design Packages From Iron King Mine – Humboldt Smelter, Remedial Design (rd), Indefinite Delivery/indefinite Quantity (idiq), Contract Up To $49m, Notice Id W912pl25s0007. The Rac Base Initial Task Order Scope Will Be Changed From Execution And Construction Of Rd (to Include Repository Construction, Dam Removal, Site Restoration) To Construction Of Site Work That Defines The Ikm-hs Transportation Routes And Construction Staging Areas.”
DEPT OF THE ARMY USA Tender
Electrical Generators And Transformers...+1Electrical and Electronics
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents
Details: Transformer Three Replacement. Bull Shoals Powerhouse. U.s. Army Corps Of Engineers (usace). Little Rock District (swl). W9127s25r0002, Transformer Three Replacement, Bull Shoals Powerhouse, Will Be Advertised Full And Open Competition Under The Following North American Industrial Classification System (naics) Codes: 335311, Power, Distribution And Specialty Transformer Manufacturing, For The Supply Portion, And 237990, Other Heavy And Civil Engineering Construction, For The Construction Portion. This Solicitation Will Be Issued Utilizing Far Part 15 As A Request For Proposals (rfp). Proposals Will Be Evaluated Via The Best Value ? Trade Off Method And Will Result In A Firm Fixed-price Hybrid Supply ? Construction Contract. The Construction Portion Of This Solicitation Has A Magnitude Of Construction Between $1m And $5m. The General Scope Of This Requirement Is To Remove And Replace The T3 Bank Of Transformers With One Three-phase Gas-insulated Gsu 120,000 Kva Transformer. The Supply Portion Of This Procurement Does Include A Brand-name-or-equal Requirement. Offerors Must Be Registered With The System For Award Management (sam) In Order To Submit A Proposal In Response To This Solicitation.
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date2 Apr 2025
Tender AmountRefer Documents
Details: Solicitation Is Expected To Be Issued In April / May 2025. the Work Described In This Notice Was Previously Synopsized Under W912ds24b0038. The New Pre-solicitation Number Is W912ds25b0002. the New York District Of The U.s. Army Corps Of Engineers (usace) Proposes To Perform Beach Renourishment Work For The Atlantic Coast Of Long Island, Jones Inlet To East Rockaway Inlet Long Beach Island, New York Hurricane And Storm Damage Reduction Project – 2024 Renourishment. the Proposed Of Work Will Include Approximately One Million Cubic Of Beachfill From West Of The Long Beach Boardwalk To Nickerson Beach. The Long Beach Borrow Area Is Located Approximately 3000 Ft Offshore To The South Of The City Of Long Beach. Sand Will Be Dredged Offshore By A Hopper Dredge And Placed Hydraulically On The Beach. the Magnitude Of This Project Is Estimated To Cost Between $10,000,000 And $25,000,000. Estimated Project Duration Is 140 Days From Ntp. this Project Will Be Competed Using Full And Open Unrestricted Competition. the North American Industry Classification System (naics) Code Is 237990 (other Heavy And Civil Engineering Construction). The Small Business Size Standard Is $45,000,000. plans And Specifications For This Subject Project Would Be Available In December 2024. It Is The Intention Of The Government To Award In January 2025 And Ntp In The First Week Of February 2025. the New York State Department Of Environmental Conservation Is The Non-federal Sponsor For This Project. all Questions Must Be Submitted In Writing Via Email To The Contract Specialist. The Media Selected For The Issuance Of This Solicitation And Amendments Shall Solely Be At The Discretion Of The Government; Accordingly, The Medium Utilized For This Project Is The Internet. Paper Copies Of This Solicitation, And Amendments, If Any, Will Not Be Available Or Issued. In Accordance With Dfars 252.204-7007, All Vendors Who Want Access To The Solicitation Must Be Registered With System For Award Management (sam), Located At Https://www.sam.gov/portal/public/sam/, And Contract Opportunities, Located At Https://sam.gov/, In Order To Safeguard Acquisition Related Information For All Federal Agencies. Interested Parties May Download And Print The Solicitation At No Charge From The Contract Opportunities Website At Https://sam.gov/. the Office Of The Under Secretary Of Defense (acquisition Technology & Logistics (ousd{at&l}) A Guide To Collection & Use Of Past Performance Information Dated 2003 And Far Part 36 Requires The Collection And Use Of Past Performance Information (ppi) In Acquiring Best-value Goods And Services. Far Subpart 36.3 And Dfars Subpart 236.2 Mandates The Use Of Construction Contractor Appraisal Support System (ccass) By All Dod Agencies For Construction Contracts Greater Than Or Equal To $650,000 Or More Than $10,000 If The Contract Was Terminated For Default. Ccass Is A Module Of The Contractor Performance Assessment Reporting System (cpars) And Is Located At Http://www.cpars.csd.disa.mil. point Of Contact Is Orlando Nieves, Contract Specialist, U.s. Army Corps Of Engineers, New York District, Room 16-300, 26 Federal Plaza, New York, Ny 10278-0090. Email: Orlando.nieves@usace.army.mil.
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Soon13 Feb 2025
Tender AmountRefer Documents
Description: Ltuy192004 Construct Base Civil Engineering Storage Shed
Rail Vikas Nigam Limited - RVNL Tender
Civil And Construction...+5Civil Works Others, Building Construction, Electrical Works, Electrical and Electronics, Bridge Construction
Ireps
India, India
+1India
Closing Soon6 Feb 2025
Tender AmountINR 610 Million (USD 7 Million)
Tender Id: RVNL-RKSH-BLDG-TNDR-PK-1-PIU-RISHIKESH-CIVIL/RVNL | Construction Of Station Buildings, Platforms, Fobs, Circulating Area Amenities And Other Misc. Yard Structures Along With General Electrical Works In Shivpuri (km-
Delhi Transco Limited - DTL Tender
Energy, Oil and Gas...+3Electrical Generators And Transformers, Electrical Works, Electrical and Electronics
Eprocure
India
Closing Date19 Feb 2025
Tender AmountINR 603.5 Million (USD 6.9 Million)
Details: Augmentation Of 20mva, 66/11kv Power Transformers With 31.5 Mva, 66/11kv Power Transformers Along With 11kv Switch Gear Panel Board And Associated Civil Works At Various 220kv Sub Stations In Delhi Transco Limited On Turnkey Basis
Hindustan Petroleum Corporation Limited - HPCL Tender
Civil Works Others...+2Electrical Works, Electrical and Electronics
India
Closing Date14 Feb 2025
Tender AmountRefer Documents
Description: Civil, Mechanical Electrical Works For Construction Of New Retail Outlets Or Modernization Of Existing Retail Outlets Under Ahmedabad Retail Region
8111-8120 of 9275 active Tenders