Fencing Tenders
Fencing Tenders
Construction De Defense Canada Tender
Civil And Construction...+1Civil Works Others
Canada
Closing Date13 Feb 2025
Tender AmountRefer Documents
Details: Defence Construction Canada (dcc) – Project No. Dv000856_78227 – Water And Sewer Replacement And Water System Connection, Garrison And Drdc Valcartier (qc) The Work Includes, But Is Not Necessarily Limited To, The Supply Of Labour, Material, Supervision, And Equipment Necessary For The Replacement Of The Water And Sewer Systems In The Drdc Sector, Valcartier Research Centre, The Supply Of Water To The Valcartier Base By The City Of Quebec And The Replacement Of A Culvert. A Site Visit Has Been Arranged For The Following Date, Time, And Location. Date: January 14, 2025 Time: 10:00 A.m., Local Time Location: Defence Construction Canada, Valcartier Garrison, De La Victoire Street, Building 72, Room 104, Courcelette (qc) G0a 4z0 The Estimated Cost For This Opportunity Is In The Range Of $21,500,000.00 The Work Must Reach Substantial Completion No Later Than 730 Calendar Days After Notification Of Contract Award And Must Be Completed No Later Than 60 Calendar Days After The Date Of Substantial Completion. This Solicitation Includes An Indigenous Benefits Plan (ibp) That Aims To Provide Opportunities For Businesses Owned And Lead By Indigenous People. Canada’s Free Trade Agreements Pose No Impediment To The Inclusion Of Measures For The Benefit Of Indigenous Peoples And/or Businesses In A Solicitation. This Solicitation Is Being Conducted In Accordance With The Requirements Set Out In The Canadian Free Trade Agreement (cfta), Chapter Nineteen Of The Canada-european Union Comprehensive Economic And Trade Agreement (ceta) And The World Trade Organization Agreement On Government Procurement (wto-gpa). This Project Contains A Security Requirement The Selected Contractor Will Be Required To Hold A Valid Designated Organization Screening (dos), Issued By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc). Details Concerning The Security Requirements For This Project Are Identified In Amendment No.1 To The Tender Documents. Questions Regarding This Solicitation Are To Be Directed Only To The Point Of Contact Identified In This Advertisement. Bidders Who Address Their Questions To Anyone Other Than The Point Of Contact During The Solicitation Period May, For That Reason Alone, Be Disqualified. Please Note That The Preliminary Tender Results For This Project Will Be Available On Merx. Bidders Can Obtain Contract Award Results From The Dcc Website At Https://www.dcc-cdc.gc.ca/industry/contract-activity. Dcc Now Publicly Discloses Information On Payments Made To Prime Contractors So That Subcontractors Know When They Can Expect Payment. Information On Payments Made In The Past 90 Days On Construction Contracts Over $100,000, As Well As Further Information Regarding Dcc’s Prompt Payment Commitment, Can Be Obtained From The Dcc Website At Https://www.dcc-cdc.gc.ca/industry/contract-activity.
Defence Construction Canada Pacific Region Tender
Others
Canada
Closing Date13 Jan 2025
Tender AmountRefer Documents
Details: Advance Procurement Notice River Class Destryoyer (rcd) - Combatant Training And Integration Centre – Pacific (ctic(p)) Cfb Esquimalt, British Columbia (with Security Requirements) Purpose Of This Advance Procurement Notice This Is Not A Bid Solicitation Nor A Request For Proposals. This Is An Advance Notice For A Potential Contract With Anticipated Security Requirements To Provide Interested Consultants/contractors An Opportunity To Begin The Sponsorship Process For Obtaining (if Required) The Anticipated Security Clearance(s) . Note That There Is No Guarantee That This Solicitation Will Proceed Or That Any Security Clearance(s) Will Be Granted Under The Sponsorship Process In A Timely Fashion Or Otherwise. Description Of The Project And Services Modified Design Build (mdb) For The Design And Construction Of A New Purpose-built Combatant Training And Integration Centre (ctic). The Royal Canadian Navy (rcn) Is In The Midst Of A Fleet And Capability Revitalization. The New Backbone Of The Fleet Will Be The River Class Destroyer (rcd). The Future Fleet Requires Sustainable, Scalable, And Flexible Training And Operational Support Infrastructure That Can Deliver Support To Balanced Rcd Capacity And Capabilities. The Rcn Requires A Digitally Enabled Combatant Training And Integration Centre (ctic) In Esquimalt That Will Aggregate Operational Support And Secure Training In A Single Facility, Designed For Fast Technology Cycles, Agile Capability Development, And Multi-system Integration. The Ability To Conduct All Aspects Of Secure Training Development, Delivery, Operational Support In A Virtual Environment Is A Critical Component Of Combatant Training And Integration Centre Pacific (ctic-p). The Digital Framework Requirements Are A Significant Consideration In The Design Of Rcd Infrastructure. All Spaces Need To Be Designed With A Focus On Networking And Connectivity. The Facility Will Be Designed To Maximize Its Re-configurable Nature And Prioritize Collaboration And Laboratory Workspaces Which Will Be The Basis For The Future Work Environment In A Digital Age. Ctic-p Is Envisaged To Comprise Of Four Functional Areas: A Secure Training Facility, A Maritime Warfare Centre, A Data Management Centre And A Network Operations Centre. Ctic-p Facility Will Be The Primary Operational Support Infrastructure For The West Coast. The Rough Order Of Magnitude Value Of This Contract (including Design And Construction) Is Estimated To Be Between $180m - $200m. It Is Anticipated That This Solicitation Will Be Initiated In March/april 2025. This Is Conditional On The Contract Receiving Approval To Proceed By The Department Of National Defence (dnd). The Government Of Canada Is Committed To Reconciliation And Meaningful Engagement With Indigenous Peoples. Hence, The Department Of National Defence (dnd) Is Committed To Supporting Indigenous Businesses And Peoples In The Form Of Meaningful Sub-contracting To Support The Combatant Training And Integration Centre (ctic). To Support Dnd’s Commitment, The Development Of An Indigenous Benefits Plan (ibp) That Outlines Sub-contracting Opportunities For Indigenous Businesses And Peoples Will Be Required In The Modified Design-build (mdb) Contract. The Indigenous Communities May Anticipate That There May Be Opportunities For The Provision Of Subcontracts Associated With The Construction Of The Ctic-p. Contract Award And Anticipated Security Requirements To Be Eligible For Contract Award, A Proponent Or Bidder Will Be Required To, Among Other Things, Actively Hold Or Obtain All Required Security Clearance(s) Prior To The Date Of The Award, As Further Detailed In The Solicitation Documents. The Anticipated Security Clearance Level For This Contract Is Facility Security Clearance (fsc). Industrial Security Program Sponsorship Defence Construction Canada (dcc) Is Providing Consultants Or Contractors Early Access To The Security Clearance Application Process Through Sponsorship Under Its Industrial Security Program (isp). Accordingly, Consultants Or Contractors That Intend To Submit A Proposal Or A Bid On One Or More Of These Projects And That Do Not Actively Hold The Above Identified Security Clearance(s) Should Begin Forthwith The Security Clearance Application Process By Applying Through Dcc’s Isp. Under This Program, Dcc May, At Its Entire Discretion, Provide Preliminary Assistance To All The Potential Bidders Or Proponents With Their Respective Security Clearance Sponsorship Process. To Begin The Security Clearance Sponsorship Process, Please Submit A Sponsorship Request Application To Dcc By Following The Steps Identified On Dcc’s Website At: Https://www.dcc-cdc.gc.ca/industry/security-requirements. In Their Sponsorship Request Application To Dcc, Consultants Or Contractors Are Asked To Quote The Following Information, Among Other Things:
Construction De Defense Canada Tender
Others...+2Civil And Construction, Civil Works Others
Canada
Closing Date12 Feb 2025
Tender AmountRefer Documents
Details: Request For Information (rfi) From Indigenous Business(es) Interested In Providing Services For Facilities Maintenance And Support Services Contracts For 4 Wing Cold Lake, Alberta Purpose Of This Request For Information This Is Not A Bid Solicitation. Defence Construction Canada Is Collecting Responses To This Request For Information For Information Purposes. This Is A Request For Information (rfi) From Indigenous Business(es) (or Eligible Joint Ventures) With Interest In Providing Goods And/or Services In Support Of A Facilities Maintenance (fm) And Support Services Contract For 4 Wing Cold Lake, Alberta. Defence Construction Canada (dcc) Has Issued A Request For Proposal (rfp) For Fm And Support Services For 4 Wing Cold Lake, Alberta Publicly On Merx. The Rfp Can Be Found On Merx At The Following Link: Https://www.merx.com/dcc/solicitations/open-bids/facilities-maintenance-and-support-services-4-wing-cold-lake/0000284014?origin=0 The Initial Period Of Services Under The Fm Contracts Is Expected To Be From December 1, 2025, For A Five (5) Year Period, With An Estimated Value Of $9.9m. The Fm Contract May Be Extended For Up To Two (2) Additional Three (3) Year Periods For A Possible Total Of Eleven (11) Years. As Part Of Canada’s Commitment To Maximize The Participation Of Indigenous Peoples And Businesses, The Rfp Includes An Indigenous Benefits Plan (ibp) Requirement That Aims To Increase Participation Of Indigenous Businesses In The Provision Of Services For The Required Fm And Support Services Under The Fm Contract. The Intent Of This Rfi Is To Develop A List Of Indigenous Businesses Registered Or Eligible To Be Registered With The Indigenous Services Canada (isc) Indigenous Business Directory (ibd) That Will Be Made Available As A Resource To Fm Contractors To Obtain Sub-trade Pricing. The Rfp For The Fm Contracts Will Occur In Two Steps. In Step 1, Fm Contractors (proponents) Will Submit Their Technical Proposals And In Step 2, Short-listed Proponents Will Be Invited To Submit Their Bid Price. In Step 2, The Short-listed Proponents Are Asked To Identify The Type And Value Of Services To Be Provided By Indigenous Businesses. At The Closing Date And Time Indicated On The Electronic Bidding System, Indigenous Businesses Will Be Required To Be Registered With The Isc Ibd In Order To Be Considered Eligible For The Ibp Under The Fm Contract. Information On How To Register An Indigenous Business On The Ibd Can Be Found At This Link: Https://services.aadnc-aandc.gc.ca/indigenousbusinessdirectory Dcc Will Verify Through Isc That The Firms Listed In The Fm Contractor’s Ibp Are Indigenous Businesses, Registered And In Good Standing With The Ibd Prior To Awarding The Fm Contracts. Required Goods And Services Dcc Is Asking Indigenous Businesses (or Eligible Joint Ventures) To Identify Themselves If They Are Qualified, Capable, And Interested In Providing Goods And/or Services In Support Of The Fm And Support Services Contract, Including, But Not Limited To:
Construction De Defense Canada Tender
Civil And Construction...+1Civil Works Others
Canada
Closing Date12 Feb 2025
Tender AmountRefer Documents
Details: Request For Information (rfi) From Indigenous Business(es) Interested In Providing Services For Facilities Maintenance And Support Services Contracts For Cfb Borden, Ontario Purpose Of This Request For Information This Is Not A Bid Solicitation. Defence Construction Canada Is Collecting Responses To This Request For Information For Information Purposes. This Is A Request For Information (rfi) From Indigenous Business(es) (or Eligible Joint Ventures) With Interest In Providing Goods And/or Services In Support Of A Facilities Maintenance (fm) And Support Services Contract For Cfb Borden, Ontario. Defence Construction Canada (dcc) Has Issued A Request For Proposal (rfp) For Fm And Support Services For Cfb Borden Publicly On Merx. The Rfp Can Be Found On Merx At The Following Link: Https://www.merx.com/dcc/solicitations/open-bids/rfp-facilities-maintenance-and-support-services-cfb-borden-ontario/0000280680?origin=0 The Initial Period Of Services Under The Fm Contracts Is Expected To Be From November 1, 2025, For A Five (5) Year Period. The Fm Contract Is Expected To Include The Potential For Two (2) Additional Periods Of Three (3) Years, For A Possible Total Period Of Service Of Eleven (11) Years. As Part Of Canada’s Commitment To Maximize The Participation Of Indigenous Peoples And Businesses, The Rfp Includes An Indigenous Benefits Plan (ibp) Requirement That Aims To Increase Participation Of Indigenous Businesses In The Provision Of Services For The Required Fm And Support Services Under The Fm Contract. The Intent Of This Rfi Is To Develop A List Of Indigenous Businesses Registered Or Eligible To Be Registered With The Indigenous Services Canada (isc) Indigenous Business Directory (ibd) That Will Be Made Available As A Resource To Fm Contractors To Obtain Sub-trade Pricing. The Rfp For The Fm Contracts Will Occur In Two Steps. In Step 1, Fm Contractors (proponents) Will Submit Their Technical Proposals And In Step 2, Short-listed Proponents Will Be Invited To Submit Their Bid Price. In Step 2, The Short-listed Proponents Are Asked To Identify The Type And Value Of Services To Be Provided By Indigenous Businesses. At The Closing Date And Time Indicated On The Electronic Bidding System, Indigenous Businesses Will Be Required To Be Registered With The Isc Ibd In Order To Be Considered Eligible For The Ibp Under The Fm Contract. Information On How To Register An Indigenous Business On The Ibd Can Be Found At This Link: Https://services.aadnc-aandc.gc.ca/indigenousbusinessdirectory Dcc Will Verify Through Isc That The Firms Listed In The Fm Contractor’s Ibp Are Indigenous Businesses, Registered And In Good Standing With The Ibd Prior To Awarding The Fm Contracts. Required Goods And Services Dcc Is Asking Indigenous Businesses (or Eligible Joint Ventures) To Identify Themselves If They Are Qualified, Capable, And Interested In Providing Goods And/or Services In Support Of The Fm And Support Services Contract, Including, But Not Limited To:
Ministry Of Agriculture Fisheries And Agrarian Reform Tender
Others
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 22.3 Million (USD 380.8 K)
Details: Description Lot No. Unit Quantity Specifications Approved Budget For Contract Price Of Bid Documents Delivery Period 1 Heads 32 Cattle 1,440,000.00 5,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9040 Specifications: > Not Less Than 100kg Live Body Weight At Delivery > Not Less Than 1 Year And Not More Than 3 Years Of Age > Must Bear An Ear Tag With Code Veterinary Health Certificate With Issued By A Lisenced Veterinarian (also Indicating The Animal Have Been Dewormed & Vaccinated Against Hemmorraghic Septicemia At Least Two Weeks Prior To Delivery > Laboratory Test Result For Brucella & Surra Conducted By The Regional Animal Desease Diagnostic Laboratory > Healthy , No Sign Of Desease, Injury And Deformity > Shipping Permit Issued By The Veterinary Quarantine Service At Region Or Province Of Origin *** Nothing Follows *** Delivery Area Matanaog Maguindanao Del Norte 2 Package 12 Goat Raising 5,850,000.00 10,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9041 Specifications: Native Goat ; 5 Buck 50 Doe ; Not Less Than 5 Months Old ; At Least 15 Kg Body Weight ; Fully Vaccinated ; Veterinary Health Certificate Issued By A Licensed Veterinarian Indicating That The Animals Have Been Dewormed ; Healthy, No Signs Of Disease, Injury And Deformity ; Shipping Permit Issued By The Veterinary Quarantine Service At Region Or Province Of Origin Hogwire: 9 Hole; (8roll = 5ft X 25meter) *** Nothing Follows *** Delivery Areas: Sulu Maguindanao Del Sur & Maguindanao Del Norte 3 Package 19 Goat Raising 9,262,500.00 10,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9043 Specifications: Native Goat ; 5 Buck 50 Doe ; Not Less Than 5 Months Old ; At Least 15 Kg Body Weight ; Fully Vaccinated ; Veterinary Health Certificate Issued By A Licensed Veterinarian Indicating That The Animals Have Been Dewormed ; Healthy, No Signs Of Disease, Injury And Deformity ; Shipping Permit Issued By The Veterinary Quarantine Service At Region Or Province Of Origin Hogwire: 9 Hole; (8roll = 5ft X 25meter) *** Nothing Follows *** Delivery Areas: Cotabato City Maguindanao Del Sur & Maguindanao Del Norte 4 Package 4 Goat Raising 1,950,000.00 5,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9042 Specifications: Native Goat ; 5 Buck 50 Doe ; Not Less Than 5 Months Old ; At Least 15 Kg Body Weight ; Fully Vaccinated ; Veterinary Health Certificate Issued By A Licensed Veterinarian Indicating That The Animals Have Been Dewormed ; Healthy, No Signs Of Disease, Injury And Deformity ; Shipping Permit Issued By The Veterinary Quarantine Service At Region Or Province Of Origin Hogwire: 9 Hole; (8roll = 5ft X 25meter) *** Nothing Follows *** Delivery Areas: Brgy Nalilidan Kalamansig Sultan Kudarat Brgy Ladia Sk Mdn Sitio Pedtubo, Brgy Tapodok Sga 5 Package 19 Native/free-range Chicken Raising 3,800,000.00 5,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9039 Specifications: Native/free Range Chicken; 4 - 5 Months Old ; 10 Cockerel 100 Pullets ; Fully Vaccinated ; Healthy, No Signs Of Disease, Injury And Deformity ; Shipping Permit Issued By The Veterinary Quarantine Service At Region Or Province Of Origin Garden Net; For Fencing, ( 2 Rolls = 30 Meters X 8 Feet); Grower Feeds; 25kgs/bag; 20 Bags Per Package Delivery Areas: Cotabato City Maguindanao Del Sur & Maguindanao Del Norte
Magistrate Of The City Of Waldeck Tender
Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
Germany
Closing Date17 Jan 2025
Tender AmountRefer Documents
Description: Restricted tender with public competition Vob/a 465 m² concrete paving stone dismantling and removal 475 m² asphalt dismantling and removal 170 m³ base layers loosening, loading and removal, partial reinstallation 910 m³ soil loosening, loading and removal 3 pieces ... More465 m² concrete paving stone dismantling and removal 475 m² asphalt dismantling and removal 170 m³ base layers loosening, loading and removal, partial reinstallation Reinstallation 910 m³ of soil loosening, loading and removal 3 pieces of woody plants felling and disposal 8 pieces of existing elements removal and removal (including signs, waste containers) 100 m of power line construction 1,175 m² of water-bound path surface delivery and installation 100 m² of asphalt delivery and installation 420 m² of paving delivery and installation 500 m³ of base layers delivery and installation 945 m of path edging (curbs, runners) 300 m² of fall protection 9 pieces of play elements 20 m of ball-stop fence 18 pieces of seating 15 pieces of leaning bars 33 pieces of woody plants 500 pieces of hedge planting/shrubs 265 m² of planting areas with finishing care 1,900 m² of sowing areas with finishing care Landscaping and civil engineering work
DEPT OF THE ARMY USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents
Details: Description: The U.s. Army Corps Of Engineers (usace), Louisville District Intends To Issue Request For Proposal (rfp) W912qr24ra009 For The Design-bid-build Construction Of A New Army Reserve Center (arc) Located On Dobbins Air Reserve Base, Georgia. Primary Facilities Include Construction Of An Army Reserve Center (arc) Training Building, A Vehicle Maintenance Shop, And An Unheated Storage Building (usb). Buildings Include Heating, Ventilation, Air Conditioning, Electrical, Plumbing, Information Systems, Fire Protection And Alarm Systems, Intrusion Detection System, And Energy Monitoring Control Systems Connection. Supporting Facilities Include Land Clearing, Paving, Walks, Curbs, Gutters, Concrete Aprons, Landscaping, Signage, Vehicle Wash Rack/platform, Bi-level Equipment Loading Ramp, Fencing, General Site Improvements And Utility Connections. the Project Duration Is Currently Estimated At 900 Calendar Days From Administrative Notice To Proceed (ntp). funds Are Not Presently Available For This Acquisition. No Contract Award Will Be Made Until Appropriated Funds Are Made Available. type Of Contract And Naics: This Rfp Will Be For One (1) Firm-fixed-price (ffp) Contract. The North American Industrial Classification System Code (naics) For This Effort Is 236220 – Commercial And Institutional Building Construction. type Of Set-aside: This Acquisition Will Be An Unrestricted (full And Open) Procurement. selection Process: This Is A Single-phase Procurement. The Proposals Will Be Evaluated Using A Best Value Trade-off Source Selection Process. The Technical Information Contained In The Offeror's Proposal Will Be Reviewed, Evaluated, And Rated By The Government. The Proposals For This Procurement, At A Minimum, Will Consist Of The Following: Prime Contractor Past Performance, Management Plan, Commissioning Plan, Small Business Participation Plan, And Price. Pro Forma Information Such As Bonding And Financial Capability Will Also Be Required To Meet The Minimum Requirements Of The Solicitation. All Evaluation Factors, Other Than Price, When Combined, Are Considered Approximately Equal To Cost Or Price. discussions: The Government Intends To Award Without Discussions, But Reserves The Right To Conduct Discussions Should It Be Deemed In The Government's Best Interest. construction Magnitude: The Magnitude Of This Construction Project Is Anticipated To Be Between $25 Million And $100 Million In Accordance With Dfars 236.204. anticipated Solicitation Release Date: The Government Anticipates Releasing The Solicitation On Or About February 28, 2025 (subject To Change). Details Regarding The Optional Site Visit Will Be Included In The Solicitation. Actual Dates And Times Will Be Identified In The Solicitation. Additional Details Can Be Found In The Solicitation When It Is Posted To Https://www.sam.gov. solicitation Website: The Official Solicitation, When Posted, Will Be Available Free Of Charge By Electronic Posting Only And May Be Found At The Contract Opportunities Website, Https://www.sam.gov. Paper Copies Of The Solicitation Will Not Be Issued. Telephone, Email, And Fax Requests For This Solicitation Will Not Be Honored. Project Files Are Portable Document Format (pdf) Files And Can Be Viewed, Navigated, Or Printed Using Adobe Acrobat Reader. To Download The Solicitation For This Project, Contractors Are Required To Register At The System For Award Management (sam) At Http://www.sam.gov. Amendments, If/when Issued, Will Be Posted To The Above Referenced Website For Electronic Downloading. This Will Be The Only Method Of Distributing Amendments Prior To Closing; Therefore, It Is The Offeror’s Responsibility To Check The Website Periodically For Any Amendments To The Solicitation. registrations: offerors Shall Have And Shall Maintain An Active Registration In The Following Database: system For Award Management (sam): Offerors Shall Have And Shall Maintain An Active Registration In The Sam Database At Https://www.sam.gov To Be Eligible For A Government Contract Award. If The Offeror Is A Joint Venture (jv), The Jv Entity Shall Have A Valid Sam Registration In The Sam Database Representing The Jv As One Business/firm/entity. If At The Time Of Award An Offeror Is Not Actively And Successfully Registered In The Sam Database, The Government Reserves The Right To Award To The Next Prospective Offeror. point-of-contact: The Point-of-contact For This Procurement Is Contract Specialist, Bonny Dylewski, At Bonny.c.dylewski@usace.army.mil. this Announcement Serves As The Advance Notice For This Project. Responses To This Synopsis Are Not Required. partnering With Us: Https://www.usace.army.mil/business-with-us/partnering/
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
Details: This Presolicitation Notice Has Been Updated To Change The Response Date From 7 February 2025 To 21 February 2025. No Response Is Required. Please Continue To Watch This Presolicitation Notice For Further Updates. the U.s. Army Corps Of Engineers (usace) Walla Walla District Intends To Issue A Construction Solicitation For A Project Titled Little Wood River, Gooding, Idaho. The Work Is Located In Gooding, Idaho. This Will Be A Firm-fixed-price, Design Build Construction Contract. The Magnitude Of Construction Is Between $25,000,000 And $100,000,000. 100% Performance And Payment Bonds Will Be Required. The Government Expects To Award One Contract In October 2025. The North American Industry Classification System (naics) Code For This Project Is 237990 Other Heavy And Civil Engineering Construction And The Associated Small Business Size Standard Is $45 Million. This Solicitation Is Not Set Aside For Small Business, I.e. Unrestricted And Open To Both Small And Large Businesses the Solicitation Will Follow The Two-phase Design-build Selection Procedures As Outlined In Far Subpart 36.3. A Site Visit Will Be Offered During Phase Ii Of The Two-phase Selection Process. Only One Site Visit Is Expected To Be Offered. the Solicitation Is Expected To Be Made Available For Download On The Sam.gov Contract Opportunities Website In January 2025. Offerors Are Responsible For Checking The Referenced Page For Any Updates To The Notice. The Government Is Not Responsible For Any Loss Of Internet Connectivity Or For An Offeror's Inability To Access The Documents Posted At The Referenced Website. Proposals Will Be Due Approximately 30 Days After The Solicitation Is Posted. The Exact Proposal Due Date Will Be Indicated In The Solicitation. system For Award Management (sam): Offerors Must Register In The Sam At Https://sam.gov/content/home Prior To Receiving An Award. point Of Contact For This Procurement Is Preston Jones, Contract Specialist At Preston.e.jones@usace.army.mil all On-site Work Shall Be Performed In Accordance With The Corps Of Engineers Safety And Health Requirements Manual (em 385-1-1). the Contractor Will Be Responsible For Establishing And Managing An Effective On-site Safety And Health Program In Accordance With Em 385-1-1 That Will Require The Development And Submission Of A Comprehensive Project Specific Accident Prevention Plan For Government Acceptance. In Addition, The Contractor Will Be Required To Develop And Submit For Government Acceptance Activity Hazard Analyses For Each Phase Of Work And A Project Specific Fall Protection Plan That Comply With Em 385-1-1. use The Government-furnished Resident Management System (rms) – Contractor Mode To Record, Maintain, And Submit Various Information Throughout The Contract Period. Rms Is A Windows-based Program Capable Of Operating On A Stand-alone Personal Computer Or On A Network. The Government Will Make The Qcs Software Available To The Contractor At Time Of Notice To Proceed. the Project Will Involve The Development And Management Of Contractor Furnished Submittals For Items Such As Pre-construction Plans, Product Data, Test Reports, And Contract Close-out Documentation As Required By The Technical Specifications Of The Contract. summary Scope Of Work design: a 30% Conceptual Design Package Which Conveys The Government’s Design Intent Will Be Provided With The Phase Ii Solicitation. The Design Package Will Include Plans, Specifications, A Geotechnical Exploration Report, And A Recent Site Survey. The Contractor Will Be Responsible For Continuing This Design Package To Completion. Contractor-generated Cad Drawings Must Be In Bentley Dgn Format. construction: proposed Construction Features Are Divided Into Two Primary Categories: (1) Wall Repair/replacement And (2) Vehicle And Pedestrian Bridge Replacement. The Project Is A Lava Rock Wall Channel; The Channel Dimensions Are Approximately 24 Feet Wide, 8 Feet Deep, And 0.9 Miles Long. wall Repair/replacement Work May Include: Mortar Repointing, Concrete Walls, Concrete Blocks, Geotextiles, Drainage Culverts, Irrigation Systems, Fencing, Waterstop Installation, Road Reconstruction, Pavements, And Pavement Striping. bridge Replacement Work May Include: Demolition Of Roadway Culverts, Demolition Of Pedestrian Bridges, Traffic Control, Installation Of New Roadway Bridges, Installation Of New Pedestrian Bridges, And Road Reconstruction. The Bridges Will Include Reinforced Concrete Decks, Railings, Abutments, And Wingwalls.
City Of Olive Branch Tender
Civil And Construction...+1Water Storage And Supply
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
Details: Legal Notice To Bidders Sealed Bids For The Construction Of Fairhaven Raw Water Well Replacement Project, Will Be Received By The City Of Olive Branch At 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654 Until 2:00 P.m. Local Time On Monday, January 13, 2025, And Thereafter Will Be Opened And Publicly Read. The Project Consists Generally Of The Construction Of One 1,000 Gallon Per Minute Raw Groundwater Supply Well, Including All Drilling, Test Holes, Raw Water Analysis, Reaming, Casings, Screen, Gravel Wall, Well Development, Well Testing, Well Cleaning, Cctv Inspection, Construction Of Pump Foundation, Well Pump, Discharge Head, Column Assembly, Shafts, Suction Pipe, Electric Motor, Water Level Indicator, Pressure Gauge, Discharge Piping, Check Valves, Flow Meter, Gate Valves, Insulation, Connection To The Existing Raw Water Line, Painting, Electrical And Controls, Site Work, Fencing, Site Restoration, Final Cleaning, And All Other Necessary And Appurtenant Work Required To Complete The Work As Described In These Specifications And Detailed In The Drawings. A Non-mandatory Pre-bid Meeting Will Be Held At 2:00 P.m. On Monday, January 6, 2025, In The 1st Floor Conference Room Of City Hall Located At 9200 Pigeon Roost Road, Olive Branch, Mississippi. Plans, Specifications And Contract Documents May Be Picked Up At The Office Of Karen Mcneil, Purchasing Manager, 9200 Pigeon Roost Road, Olive Branch, Mississippi (662-892-9208) Or Via Email At Karen.mcneil@obms.us. In Addition, Official Bid Documents Can Be Downloaded From Central Bidding At Www.centralbidding.com. Electronic Bids Can Be Submitted At Www.centralbidding.com. Electronic Bids Are Due The Same Time And Date As Sealed Bids. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Each Bid Must Be Submitted In A Sealed Envelope, Addressed To The City Clerk, City Of Olive Branch, 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654. Each Envelope Must Be Plainly Marked On The Outside As “re-bid Fairhaven Raw Water Well Replacement Project” And Must Bear On The Outside The Date The Bid Is To Be Opened. Opened Bids Will Be Presented For Consideration At A Regular Meeting Of The Mayor And Board Of Aldermen Of The City Of Olive Branch. Each Bid Shall Be Accompanied By A Bidder’s Bond Issued By A Surety Company Licensed To Operate In The State Of Mississippi, In The Amount Of 5% Of The Total Bid Price, As A Guarantee That If The Bid Is Accepted, The Bidder Will Enter Into A Contract And Execute The Performance And Payment Bonds In The Form And Within The Time Specified. The Successful Bidder Will Be Required To Execute A Performance Bond And A Payment Bond, Each In The Amount Of 100% Of The Contract, Issued By A Surety Company Licensed To Operate In The State Of Mississippi And Shall Be Named In The Current List Of "companies Holding Certificates Of Authority As Acceptable Sureties On Federal Bonds And As Acceptable Reinsuring Companies" As Published In Circular 570 (amended) By The Audit Staff Bureau Of Accounts, U.s. Treasury Department. Each Bidder Shall Have A Certificate Of Responsibility To Bid On Contracts For Public Projects In Which The Bid Price Exceeds $50,000.00 And For Private Projects In Which The Bid Price Exceeds $100,000.00 As Required By The Laws Of The State Of Mississippi. Each Bidder Shall Show On The Outside Of The Envelope Containing His Bid: His Current Certificate Of Responsibility Number And Expiration Date Or If Applicable, A Statement Certifying That The Bid Enclosed Does Not Exceed $50,000.00 For A Public Project Or $100,000.00 For A Private Project. Failure To Show These Items On The Outside Of The Envelope Containing The Bid Will Result In The Bid Being Returned To Bidder Unopened. No Bidder May Withdraw His Bid For A Period Of Sixty (60) Days After Date Of Actual Bid Opening, Without The Owner's Consent. The City Of Olive Branch Reserves The Right To Reject Any Or All Bids In Whole Or In Part, With Or Without Cause; And To Accept The Lowest Bid Which In Its Judgment Will Be For The Best Interest Of The City Of Olive Branch. Witness My Signature This The 19th Day Of November, 2024. /s/ Tena Stewart, City Clerk
Tourismus Congress GmbH Frankfurt Am Main Tender
Other Consultancy Services...+1Consultancy Services
Germany
Closing Date24 Jan 2025
Tender AmountRefer Documents
Description: Negotiated award with public competition for participation (service) Security services for all aspects of the Dippemess in spring 2025 in Frankfurt am Main. Tourismus+congress GmbH Frankfurt am Main is the organizer of the Dippemess in spring 2025. For regulatory reasons, the provision of security personnel is mandatory. In order to meet this requirement, we are looking for companies that can provide the following services: - Manning traffic posts/access control (compulsory expertise test in accordance with Section 34a of the Trade Regulations) - Patrolling the event site day and night - Manning/guarding defined locations - Receiving, storing and issuing items prohibited on the event site in return for storage tokens - General security activities on the event site as instructed - If required. Securing fireworks areas - keeping fire department passages and escape routes clear - securing disaster relief routes in the event of an incident - implementing the security and evacuation concept - checking that opening times are being observed - visual monitoring of event technology/infrastructure measures (cable mats, fences, canals, toilets, etc.) and, if necessary, setting up or reporting - steward services - manning access barriers - additional tasks can be added at short notice. Before coordination with the security authorities, the expected number of hours for the entire package is 3,600 hours (approx. 25% of which are public traffic areas). An increase or reduction in the quota is possible.
6501-6510 of 6786 archived Tenders