Crane Tenders
Crane Tenders
GOV CELESTINO GALLARES MEMORIAL MEDICAL CENTER Tender
Healthcare and Medicine
Philippines
Details: Description Item: 1 Qty: 7 Unit: Set Unit Cost: 127,000 Php Total Cost: 889,000 Php Description: Dental Hand Instruments Inclusions: 1. 1 Pc Upper Incisors (a300-e007/150) 2. 1 Pc Upper Roots, Deep (a300-e051/65) 3. 1 Pc Upper Molar, Left (a300-e018/18l) 4. 1 Pc Upper Molar, Right (a300-e017/18r) 5. 1 Pc Upper Molar, L&r (a300-e067/210) 6. 1 Pc Lower Incisors, Pm (a300-e08/203m) 7. 1 Pc Lower Molar (a300-e087/16) 8. 1 Pc Lower Roots (a300-e031m/44) 9. 1 Pc Lower Univ. Molar (a300-e021/17m) 10. 3 Pcs Molt, Buser, Mead (ae-543, Ae-201, Ae-520) 11. 2 Pcs Prichard & Currette (ae-200, Ae-608) 12. 2 Pcs Scalpel & Scissor (ae-063, Ae-107) 13. 3 Pcs Barbed Elevators (ae-055, Ae-,056 Ae-057) 14. 2 Pcs Hemostatic Forceps (ae-111, Ae-110) 15. 2 Pcs Cryer Elevator (ae-221, Ae-222) 16. 2 Pcs Allis & Tissue Forceps (ae-016, Ae-217) 17. 2 Pcs Miller Elevator (ae-261, Ae-262) 18. 3 Pcs Mallet, Chisel (fl-036, Do-711b, Do-711m) 19. 2 Pcs Crane Elevator (ae-301, Ae-302) 20. 3 Pcs Adson, Min, Russia (ae-511, A360-e010, Ae-303) 21. 3 Pcs Apex Elevator-lsr (ae-236, Ae-011, Ae237) 22. Pcs Kelly/needle Holder (ae-135, Ae-219) 23. 2 Pcs Bone Ronguer & File (ae-415, Ae-772) 24. 1 Pc Instrument Carrying Organizer 25. 1 Pc Pedo Upper Incisor Forcep (a200-ep111) 26. 1 Pc Pedo Upper Molar Forcep (a200-ep115m) 27. 1 Pc Pedo Lower Incisor Forcep (a200-ep170m) 28. 1 Pc Pedo Lower Molar Forcep (a200-ep160m) 29. 1 Pc Mouth Gag (aep-038) 30. 1 Pc Pedo Elevator (aep-052) 31. 1 Pc Pedo Luxator (aep-011) 32. 1 Pc Mouth Mirror (a365-ep425m) 33. 1 Pc Gum Separator (a155-ep425m) -with Metal Box Organizer Xxxxxxxxxxxxx Nothing Follows Xxxxxxxxxxxxxx >>>>> Grand Total: 889,000.00 Php Requirements Upon Quotation: The Following Documents Must Be Attached Upon Submission In The Procurement Office: A. Non-platinum Member; 1. Philgeps Registration Number; 2. Updated Mayor's Permit 3.updated Or Valid Tax Clearance 4. Latest Income Tax Return (for Abc 500,000.00) B. Platinum Member; 1. Updated Platinum Philgeps Certificate (mayor's Permit & Tax Clearance Under Annex A Must Be Valid, If Not, Must Attach An Updated One) 2. Latest Income Tax Return (for Abc 500,00.00) Note: The Winning Bidder Shall Submit Another Copy Of Each Of The Above Documents Once Awarded Including The Following Document: 1. Secretary's Certificate (for Corporation); 2 Copies 2. Special Power Of Attorney (for Sole Proprietorship) If Applicable; 2 Copies 3. Omnibus Sworn Statement (original Copy And Duly Notarized) ; 2 Copies After Filling This, Please Return To Procurement Office, Gov. Celestino Gallares Memorial Medical Center, Tagbilaran City, Duly Accomplished And Must Be Returned Within Three (3) Calendar Days Upon Receipt Of This Quotation Without Delay In A Sealed Envelope. Note: Failure To Comply Will Be A Ground For Disqualification Of Bid.
Closing Date20 Jan 2025
Tender AmountPHP 889 K (USD 15.1 K)
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Details: This Is A Sources Sought For The Purpose Of Obtaining Market Research Only. No Proposals Are Being Requested Nor Accepted Under This Synopsis. The U.s. Army Corps Of Engineers, New York District, Will Use Information Obtained Under This Source Sought For Building 110 Repairs – Design Build Phase 1 At Watervliet Arsenal (wva), Ny.
the Intent Of This Sources Sought Is To Access Industry's Small Business Concerns Including 8(a) Companies With An Sba Approved Office, Historically Underutilized Business Zone (hub Zone) And Service-disabled Veteran-owned Small Business (sdvosb), And All Small Businesses Under The Size Standard, Capability And Interest In Performing A Construction Project Within Watervliet Arsenal, New York.
the Naics Code For This Project Is 236220 – Commercial And Institutional Building Construction. The Government Must Ensure There Is Adequate Competition Among Contractors For Work To Be Performed Under This Solicitation.
the New York District, U.s. Army Corps Of Engineers (district) Is Requesting A Design-build Rfp For Building 110 Repairs At Watervliet Arsenal (wva), Ny.
the Scope Of Work Consists Of The Phase I Repairs To Building 110 Using The Design Build Contract Method. The General Work Involved Is As Follows:
replace Exterior Doors, Transoms, And Rolling Overhead Service Doors That Are Approaching End Of Service Life, Targeting A Minimum 30% Improvement Above Ashrae 90.1-2019 Thermal Performance Requirements.
areas Of Suspected Air Infiltration Be Sealed With Either A Low Expansion Spray Foam Or Automated Building Envelope Sealing System, Including But Not Limited To: Window And Door Perimeters, Bottom And Tops Of Walls Where They Intersect The Floor Slab And Roof, As Well As Roof Fastener Penetrations.
all Interior Surfaces Of The Building (floors, Ceilings, Walls, Columns, And Windows) Require A Thorough Cleaning In Accordance With Historic Preservation Standards. Existing Paint That Is Flaking And Peeling On The Roof Deck And Interior Brickwork Will Be Removed. Surfaces Are To Be Re-coated In Accordance With Historic Preservation Standards. A Vapor Permeable Coating Compatible With The Automated Sealing System Must Be Utilized On The Inside Face Of The Brickwork In Order To Allow The Envelope To Dry Out.
structural Scope For This Project Includes: Masonry Repointing, Repair, And Cleaning; Reinstatement Of Truss Anchors And Braces As Required To Comprise A Complete Lateral Load Path; Implementation Of Improvements To The Ladder System And Crane Operator Access; Localized Steel Column Repairs; Localized Floor Slab Repairs; Localized Roof Deck Repairs; And Localized Truss Reinforcement In Support Of New Roof Insulation, As Required.
removal Of All B110 Steam And Condensate Piping Systems And Providing New Piping, Pressure Reducing Stations, Valves, Fittings, And Condensate Receivers And Pumps That Meet The Watervliet Standards Reference For Design And Applicable Codes. Objectives For The Hvac Design Include Renewing Infrastructure. A New Air Compressor Will Be Provided, And All Of The Distribution Piping Will Be Replaced. The Compressed Air System Will Continue To Be Tied Into The Existing Campus Compressed Air System As Well. All Non-potable Water Distribution Piping Will Be Replaced.
the Electrical Scope Of Work Entails The Removal Of Circuits To Mechanical And Plumbing Equipment Being Demolished As Well As Providing New Circuits For Steam Condensate Pumps, An Air Compressor And Fire Protection System Nitrogen Generator.
the Fire Protection Scope Of Work For Phase 1 Will Provide An Automatic Wet Pipe Sprinkler System Coverage Throughout Lab 156, Fed From Zone 1. The Preaction Sprinkler Systems Will Be Provided With Nitrogen Gas Supervision. The Fire Protection Scope Of Work Will Also Remove The Existing Manual Dry Standpipe System And Provide A New Class I Automatic Wet Standpipe System With Hose Stations Throughout The Manufacturing Area, Tied Into The Existing 8-inch Sprinkler Loop Feed Main.
the Roof Scope Of Work May Include Replacement And/or Localized Repair Of The Roof Membrane.
abatement Of Hazardous Materials To Support Repair Work.
the Anticipated Magnitude Of Construction Is Between $10,000,000 And $25,000,000.
interested Businesses Shall Respond To This Sources Sought Synopsis By Submitting Two (2) Examples Of Previous Experience With Commercial And Institutional Building Construction, And Similar In Cost Magnitude (between $10,000,000 And $25,000,000). The Information Submitted Will Be Considered In The Development Of The Acquisition Strategy To Support This Program.
responses Are Restricted To U.s. Firms That Are Established And Registered In The System For Award Management (sam), Www.sam.gov. For 8(a) And Hubzone, Firms Must Be Certified By The Small Business Administration (sba).
all Interested Businesses Responding To This Market Research Shall Be Limited To The Information Required Above And Shall Be Submitted Via Email Or In Writing By Mail No Later Than 1600 (4 Pm) Est On 23 January 2025.
Closing Date23 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: Pre-proposal Conference Outline
project 36c25524r0127, 589a5-24-105 Replace Bldg 40 Blowdown,
veterans Administration Medical Center, Topeka
17 September 2024
introduction
good Morning, Thank You For Taking The Time To Attend This Pre-bid Conference.
today We Will First Discuss Contractual Issues, Then We Will Discuss Technical Issues, Entertain Questions, And Finally Conduct A Walk Through Of The Areas.
before We Cover The Issues, Let Me First Introduce Myself And The Government Staff.
co Tim Parison
cor Rex Fleming
alternate Cor: Thomas Dow
i. Contractual Issues
1. General:
project Title: Project 589a5-24-105 Replace Bldg 40 Blowdown,vamc, Topeka
(b) Magnitude Of Project: Less Than $25,000
(c) Period Of Performance: 30-days After Receipt Of Notice To Proceed.
Site Visit Questions Are Due In Writing To The Contracting Officer By 10:am Central Time On Thursday, 20 September 2024. The Email Address Is Listed In The Solicitation And/or An Amendment. Proposals Are Due, Tuesday 24 September 2024 At 2:00 Pm At The Nco 15 Office At 3450 S. 4th Street, Leavenworth, Kansas 66048-5014. If The Proposal Does Not Reach Our Office In Time, It Cannot Be Accepted For Any Reason. If The Proposal Is Deliverd To The Leavenworth Va Medical Center, It Cannot Be Accepted.
Fax Or Electronically Sent Proposals Are Not Acceptable.
The Project Is 100% Set Aside For Service-disabled Veteran Owned Small Business. The Successful Prime Contractor Will Be Required To Perform No Less Than 15 Percent Of The Construction Labor.
Award Will Be Made Using The Lowest Price Technically Acceptable (lpta) Source Selection Process Outlined In Far Part 15. Please Pay Attention To The Proposal Submittal Instructions Of The Solicitation Package. The Government Plans To Award Without Discussions.
offerors Must Provide A Breakdown Of Labor And Material Costs By Division For Each Bid Item In The Solicitation. Failure To Provide A Breakdown Of Labor And Materials With The Proposal Will Render The Proposal Technically Unacceptable.
failure To Acknowledge Any, And All Amendments Issued To This Solicitation Shall Be Cause For Rejection Of The Offer.
failure To Provide Information Is The Most Common Reason For A Proposal To Fail Technically. Offerors Are Encouraged To Read The Factors For Technical Acceptability Carefully. For Example: Under Factor 4, With Regards To The Safety Officer, The Minimum Standard For A Safety Officer Includes: Life Safety, Scaffold Safety, Osha 30, Fall Protection Training, Crane/rigging Safety And The Individual Must Have A Minimum Of 5 Years Of Experience As A Safety Officer. If Offerors Fail To Mention One Of These Standards (osha 30 As An Example), The Proposal Will Fail Technically. Offerors Are Responsible For Providing The Information Requested In The Solicitation For Both Price And Technical Factors.
failure To Provide An Adequate Contractor Safety Plan Which Addresses The Minimum Standards For Compliance Under Factor 4 Can Be A Technical Failure.
the Calculation Of Self-performed And/or Subcontracted Work Must Be Provided With The Contractor Proposal (bid). Failure To Provide This Will Be A Technical Failure.
The Pre-award Contractor Safety And Environmental Record Evaluation Form Must Be Provided With The Proposal (bid). Failure To Provide This Information Will Be A Technical Failure.
2. Disclaimer Statements:
(a) Remarks And Explanations At The Conference Shall Not Qualify The Terms Of The Solicitation.
terms Of The Solicitation And Specifications Remain Unchanged Unless The Solicitation Is Amended In Writing.
3. Bonds:
(a) A Bid Bond In The Amount Of 20% Must Accompany Your Proposal.
(b) After Award Of The Contract A Payment Bond And A Performance Bond In The Amount Of 100% Of The Contract Value Are Due Prior To A Notice To Proceed Letter Being Issued.
4. Buy American Act: The Solicitation Is Subject To The Buy American Act, And It Generally Requires The Use Of American Made Products. Please Keep This In Mind When You Are Providing Product Submittal Data.
5. Davis-bacon Act/ Service Contract Act: All Labor Performed Under This Contract Is Subject To The Davis-bacon Act And Related Labor Laws, To Include The Payment Of At Least The Amounts Shown In The Wage Determination In The Solicitation.
6. Other Contracting Topics:
(a) The Purchase Of Material For This Project Is Exempt From State Sales Tax. A Missouri Tax Exempt Certificate Will Be Issues After Contract Award.
(b) The Contractor Is Expected To Maintain Insurance Coverage During The Contract Period As Directed In The Specifications.
(c) Progress Payments Will Be Made No Later Than 14 Days After Receipt Of An Acceptable Invoice.
(d) There Are 2 Important Submittals That We Need At Contract Start-up. They Are The Schedule Of Values, And A Construction Schedule.
6. Questions: Are There Any Questions Involving The General Provisions Of The Solicitation Pages?
ii. Technical Issues The Project Engineer Will Provide An Overview Of The Project. After This, A Walk Through Of The Site Will Be Held.
Closing Date23 Jan 2025
Tender AmountRefer Documents
Blue Crane Route Local Municipality Tender
Security and Emergency Services
South Africa
Purchaser Name: Blue Crane Route Local Municipality | Supply,delivery,installation,maintenance And Monitoring Of Cctv Camera With Armed Response For The Period Of 36 Months
Closing Date7 Feb 2025
Tender AmountRefer Documents
Municipality Of Quezon, Nueva Vizcaya Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Item No. Description Quantity Unit A.1.1(3) Provision Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer (rental Basis) 1.00 Lot B.5 Project Billboard 1.00 Lot B.7(2) Occupational Safety And Health Program 1.00 Lot B.9 Mobilization/demobilization 1.00 Lot 804(1)b Embankment From Common Borrow By Equipment 1,800.00 Cu.m. 900(1) Structural Concrete For Footing Tie Beam, Column, Suspended Slab, Girder/beam (class A, 28 Days) 1.00 Lot 900(1)c2 Structural Concrete For Footing And Slab On Fill (class A,28 Days) 25.00 Cu.m. 902(1) Reinforcing Steel Of Reinforced Concrete Structures For Two Up To Five Storey 36.00 Cu.m. 903(2) Formworks And Falseworks 6,944.00 Kg 1001(6) Catch Basin (concrete/chb) 245.00 Sq.m. 1001(8) Sewer Line Works 5.00 Ea 1001(11) Septic Vault 1.00 Lumpsum 1003(1)e Hardiflex On Metal Frame Ceiling 1.00 Units 1003(2) Structural Concrete For Footing Tie Beam, Column, Suspended Slab, Girder/beam (class A, 28 Days) 242.00 Sq.m. 1007 Aluminum Glass Door 50.00 Sq.m. 1008 Aluminum Glass Window 21.00 Sq.m 1010(2)b Wooden Panel Door 42.00 Sq.m 1013(2) Fabricated Metal Roofing Accesory 14.50 Sq.m 1014 Prepainted Rib Type Metal Sheets 65.00 M 1018(1) Glazed Tiles And Trims 263.00 Sq.m. 1027(1) Cement Plaster Finish 305.00 Sq.m. 1032(1)a Painting Works (masonry Painting) 382.00 Sq.m. 1032(1)c Painting Works (metal Painting) 157.00 Sq.m. 1046 100 Mm Chb Non Load Bearing (including Rsb) 374.00 Sq.m. 1046(2) 150 Mm Chb Non Load Bearing (including Rsb) 184.00 Sq.m. 1047(2)a Structural Roof Framing 123.00 Sq.m. 1047(2)c Structural Steel Purlins 6,109.00 Kg 1047(3)a Strutctural Steel Accessories (anchor Bolts) 1,408.00 Kg 1047(3)b Metal Structure Accessories (sag Rod) 96.00 Pc 1047(3)c Structural Steel Accessories (turn Buckle) 23.00 Pc 1047(3)d Structural Steel Accessories (crossbracing) 22.00 Pc 1047(5) Structural Steel Accessories (steel Plates) 44.00 Pc 1100 Junction/utility/pull/square Box 1,065.00 Kg 1100(6)a 20mmø-32mmø Polyvinyl Chloride (pvc) Pipes 245.00 Pc 1100(6)b 90mmø Polyvinyl Chloride (pvc) Pipes 100.00 Pc 1101(2)a 1.6mm² - 5.5mm² Electric Wire (tw/thhn/twhn²) 105.00 Ln.m 1101(2)d 150mm² - 250mm² Electric Wire (tw/thhn/twhn²) 3,300.00 Ln.m 1101(4) Switches 200.00 Ln.m 1101(15) Convenience Outlet 19.00 Set 1102(1) Panelboard With Main & Branch Circuit Breakers 55.00 Set 1103(5) Lighting Fixtures 1.00 Lot 1200 Exhaust Fan/ceiling Fan 112.00 Set 1200(a) Airconditioning System 3.00 Set Spl1 Electrical Duct With Electric Post 4.00 Set Equipment Needed (minimum): Cutting Outfit 1 Unit Welding Machine 1 Unit Truck Mounted Crane (20-25 Mt) 1 Unit Bar Cutter 1 Unit One Bagger Concrete Mixer 1 Unit Bar Bender 1 Unit Backhoe( 0.80cu.m.) 1 Unit Plate Compactor 1 Unit Plate Compactor 1 Unit Concrete Vibrator 1 Unit Dump Truck (10 Cu.m.) 1 Unit
Closing Date30 Jan 2025
Tender AmountPHP 8.3 Million (USD 141.7 K)
Blue Crane Route Local Municipality Tender
Environmental Service
South Africa
Purchaser Name: Blue Crane Route Local Municipality | Supply And Delivey Of Enviromental Services Equipment
Closing Date20 Jan 2025
Tender AmountRefer Documents
Prefecture Naval Argentina Tender
Others
Argentina
Details: Acquisition of One (1) Trainer Capacity Expansion Module and One (1) Mixed Reality (MR) Module Crane Operator Station for the Aeronautical Professional Extension Center of the Manufacturer Institution Entrol Entrenadores Olarte Sl
Closing Date22 Jan 2025
Tender AmountRefer Documents
Blue Crane Route Local Municipality Tender
Electrical Goods and Equipments...+1Electrical and Electronics
South Africa
Purchaser Name: Blue Crane Route Local Municipality | Supply And Delivery Of Led Lights
Closing Date20 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Construction Material
Corrigendum : Closing Date Modified
United States
Description: Sources Sought
automated Mat Casting At Richardson Landing, Tn
introduction: This Is A Sources Sought Announcement; A Market Survey For Information Only, To Be Used For Planning Purposes. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Announcement.
the Government Is Seeking Qualified, Experienced Sources Capable Of Executing A Design Build Contract To Develop An Automated Casting Plant At Richardson Landing To Mass Produce Articulated Concrete Mattress (acm) Squares To Government Specifications Within Specific Tolerances. Squares Cast Will Be Stored On The Current Casting Field And Have Must Have A Compressive Design Strength Of 3,000 Psi At 28 Days.
background: Annually, The United States Army Corps Of Engineers (usace) Mississippi Valley Division Casts Approximately 150,000 Squares Of Acm At 3 Government Furnished Locations (see Figure 1). The Acm Is Used As Revetment To Maintain Channel Stability For The Lower Mississippi River. Casting Acm Has Historically Been Provided Via Manual Labor And Cast Outdoors As Weather Permits.
articulated Concrete Mattress – Current Process:
an Articulated Concrete Mattress Square Consists Of 16 Individual Concrete Blocks (4 Feet X 18 Inches X 3 Inches Thick). They Are Currently Cast In Government Furnished Forms Upon A Proprietary Wire Mesh To Form An Articulated Concrete Mattress Square (4 Feet X 25 Feet X 3 Inches) That Is Used As An Assembly System For Interconnecting The 16 Concrete Blocks. A Mix Design Is Used To Acquire 3,000 Psi On A 28-day Cylinder Break.
squares Of Mattress Are Cast In Stacks Of 13 That Are Neatly Aligned Vertically And By Rows (see Figure 2). One Layer Of Specified Paper Is Placed As A Separation Beneath The Bottom Square Of Each Stack And Between Each Successive Layer Of Mattress. The Current Process Requires The Wire Mesh To Be Placed On The Paper With The Cross Wires (bracket Wires) On Top Of The Longitudinal Wires. The Forms Are Then Placed Over The Wire Mesh, The Wire Mesh Drawn Up Into The Notches In The Sides And Cross Pieces Of The Forms, And Cross Rods Driven. The Central Location Of The Wire Mesh In The Form Is Very Important. Also, The Mat Surface Is Consequently Grooved To Provide Indentations Of Approximately 1/4 Inch In Depth And 1/8-inch Width.
the Process Includes The Concrete Compacted To The Depth Of A Government Furnished Form By The Use Of Vibration. The Concrete Is Properly Consolidated With No Rock Pockets, Excessive Voids Or Honeycombs Visible On The Mat Surface. The Concrete Is Struck Flush With The Top Of The Forms And Given A Uniform Surface Finish And Uniform Thickness. Any Squares Not Meeting Government Furnished Specifications Are Rejected.
requirements:
the Contractor Shall Design And Develop A Semi-automated Casting Facility On The Grounds Of The Exiting Government Casting Yard That Can Produce A Minimum Of 50,000 Squares Per Calendar Year Per Shift With The Maximum Capability Of 150,000 Squares Annually With 3 Shifts. The Main Goals Of This Project Include:
year-round, Indoor Casting Capability With No Weather-related Quality Issues During Production
scalable Based On Number Of Operating Shifts
reduced Touchpoints Via Automation
high Quality, Increased Production, Improved Efficiency And Consistency
improved Safety
skilled Labor And Reduced Work Force
require Fewer Forms (improved Consistency)
heat/steam Curing To Reduce Cement Usage, Decrease Co2, And Higher Strength In A Shorter Timeframe
modern Batching System Will Be More Efficient And Provide A Constant Mix Design
eliminate The Use Of Separation Paper Between Squares
the New Automated Facility Will Cast Acm Using Coarse And Fine Aggregate, Portland Cement, Fly Ash, Air-entraining Admixtures, And Calcium Chloride To Produce Articulated Concrete Squares, To Government Specifications. Squares Of Mattress Shall Be Provided In Stacks Of Up To 14 That Are Neatly Aligned Vertically And Will Be Placed In The Storage Yard In Rows By The Operational Contractor Using Government Furnished High Lift Cranes. Squares Cast Will Be Identical With Minimal Tolerance And Have Compressive Design Strength Of 3,000 Psi At 28 Days. Quality Is The Utmost Importance. Steam Curing And Other Technologies For Concrete Preparation Will Be Included While The Overall Design And Specifications Of The Mattress Will Remain The Same.
the Design Of The Automated Facility Will Be Part Of The Contract And Will Ensure That The Facility Design Has Been Adequately Coordinated Between All Disciplines. Specifically, The Capacity Of The Infrastructure Within The Facility Shall Be Designed To Meet The Demands Of The Equipment Within The Facility. The Design Will Be A Two-phase Design Build Project And Will Require The Contractor To Procure Automation Equipment That Meets All “buy American” Requirements And The Design Will Meet All Required Policies For A Dod Facility. Several Of The Main Required Policies Are Listed Below:
department Of Defense (2019). Unified Facilities Criteria, Facilities Criteria And Unified Facilities Guide Specifications, Mil-std-3007g.
department Of Defense (2024). Dod Building Code, Ufc 1-200-01.
department Of The Army (1999). Engineering And Design For Civil Works Projects, Er 1110-2-1150.
department Of The Army (2024). Safety And Occupational Health (soh) Requirements, Em 385-1-1.
dod Design Criteria: Https://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc
all Designs Shall Be In Accordance With All Local, State, And Federal Laws And Regulations.
interested Firms Should Submit A Capabilities Package To Include The Following: The Prime Firm And/or Its Subcontractor(s) (hereinafter Referred To Collectively As “firm”) Shall Have Relevant Experience In Mass Production Of Casting Concrete Products. The Firm Shall Demonstrate Experience Using Pre-cast Concrete. This Experience Must Have Been Performed Within The Last Five Years.
firm’s Response To This Synopsis Shall Be Limited To 10 Pages And Shall Include The Following Information:
firm’s Name, Address, Point Of Contact, Phone Number And E-mail Address.
firm’s Prior Experience In Pre-cast Concrete.
firm’s Capability To Perform A Contract Of This Magnitude (> $20m) And Complexity.
firm’s Business Size (small Business, Large Business, .etc.) And Bonding Capacity.
firms Overall Approach To The Requirements Listed Above.
the Firm’s Capability For Performing A Design Build Contract For The Entirety Of This Requirement (facility And Equipment).
any Assumptions Or Constraints In The Overall Execution Plan.
a Rough Order Of Magnitude (rom) Estimate For The Completed Project.
interested Firm’s Shall Respond To This Sources Sought Announcement No Later Than 12:00pm Cst, 5 January 2025. All Interested Firms Must Be Registered In Sam. 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 Not Be Notified Of The Results Of The Evaluation.
Closing Date5 Jan 2025
Tender AmountRefer Documents
1331-1340 of 1371 archived Tenders