Fencing Tenders
Fencing Tenders
The village of Želiv Tender
Others
Czech Republic
Details: The Subject of This Public Contract Is The Construction Of A Building For A Children's Group In The Village Of Želiv. Furthermore, The Project Addresses New And Reconstructed Roads, Paved Areas And Garden Arrangements, Fencing, Playground, Parking. Part Of The Project Is The Demolition Of An Existing Unsuitable Single-Storey Building.
Closing Date16 Jan 2025
Tender AmountCZK 19 Million (USD 779.7 K)
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Market Research And Sources Sought Notice For Information On Capability And Availability Of Potential Contractors Interested In Proposing On A Firm-fixed-price Contract With Cost Plus Fixed-fee (cpff) Line Items To Provide Maintenance, Repair, And Operation Of Facilities, Vehicles, And Equipment At The Tennessee Tombigbee Waterway And Okatibbee Lake Project Facilities By Providing All Planning, Supervision, Administration, Labor, Equipment, Materials, Supplies, And Replacement Or Repair Parts.
the Place Of Performance Is The Tennessee Tombigbee Waterway Project Office, 3606 West Plymouth Road, Columbus, Mississippi 39701, And Includes The Okatibbee Lake And Resource Office Near Collinsville, Mississippi. The Anticipated Period Of Performance Is 01 March 2026 To 28 February 2027, With Four Additional One-year Option Periods.
the Statement Of Work Includes The Following:
provide Services For Maintenance, Repair, Minor Construction, And Operation Of The Tennessee Tombigbee Waterway. The Project Is A Vital Inland Waterway That Connects The North-flowing Tennessee River To The South-flowing Tombigbee River. The Waterway Extends From Mile 217 On The Bwt Near Demopolis, Alabama, To Mile 215 On The Tennessee River In The Pickwick Pool Near The Common Boundary Of Mississippi, Tennessee, And Alabama. The Project Is Located In West Central Alabama And Northeastern Mississippi; Sumter, Greene, And Pickens Counties In Alabama, And Noxubee, Lowndes, Clay, Monroe, Itawamba, Prentiss, Lauderdale, Kemper And Tishomingo Counties In Mississippi. The Overall Length (navigation Miles) Of The Tennessee-tombigbee Waterway Is 234 Miles. As Constructed, The Project Has Ten Locks And Dams And Numerous Other Related Navigation Structures And Features Such As Spillways, Flow Structures, Stabilization Structures, Levees, Dikes, Etc. Currently The Project Navigation Is Providing For Approximately 1300 Commercial Lockage’s Annually And 750 Recreational Lockages. The Commodity Tonnage For 2024 Was Approximately 7 Million Tons. Recreational Areas Were Completed Early In 1994 And Include Eight Class A Campgrounds, Three Visitor Centers And 52 Day Use Areas (including Okatibbee Sites) Providing For Boating, Fishing, Picnicking, Swimming, And Other Recreation Activities, Wildlife Management Areas On Project And Wildlife Mitigation Lands In Both Alabama And Mississippi. The Project Is Operated Under The Direction Of Mobile District, U.s. Army Corps Of Engineers, Mobile, Alabama. Average Annual Visitation Exceeds 1 Million Visitors.
the Contract Scope Of Work Will Include, But Is Not Limited To, Some Or All Of The Following Types Of Work: Maintenance And Repair Of Locks Dams, Levees, Riprap/concrete Structures, Flow Structures, Buildings, Offices, Maintenance Facilities, Operation Areas, Project Roads, Vehicles, Floating Plant, Boathouses, Bathhouses, Washhouses, Toilets, Gatehouses, Security And Other Fences, Sanitary Disposal Systems, Launching Ramps, Playground Equipment, Bulletin Boards, Game Courts, Water And Electrical Systems, Telephone Lines, Picnic Sites, Campsites, And Other Related Facilities. Work Required To Perform This Type Of Maintenance Includes Carpentry, Masonry, Electrical, Electronics, Mechanical, Structural, Plumbing, Chipping, Caulking, Sealing, Cleaning, Welding And Replacing Parts Or Equipment. Additional Maintenance Work Includes Guardrails, Gates, Electric Barrier Gates, Signs, Bumper Blocks, Landscaped Areas, Beaches, Navigation Or Swimming Buoys, Paved Roads, Parking Lots, Trails, Navigation Aids, Courtesy Docks, And Boundary Lines. Services To Be Performed Include General Maintenance, Cleaning, Custodial Service, Garbage Removal, Grass Mowing, Saddle Dike And Overlook Clearing, Debris Removal, Operation Of The Project Visitor Centers, Repair To Riprap Slopes, Repair To Earthen Slopes, Excavation, Wildlife Management Food Plots And Storage And Disposal Of Hazardous And/or Toxic Materials. The Project Is Used For Navigation, Recreation, And Wildlife Management.
this Is A Market Research And Sources Sought Notice Only. No Award Will Result From This Sources Sought Notice. There Is No Solicitation Available At This Time; Therefore, Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released, It Will Be Synopsized In Accordance With The Federal Acquisition Regulation And Its Supplements. It Is The Contractor’s Responsibility To Monitor The Government Point Of Entry For The Release Of Any Solicitation.
this Sources Sought Notice Is Not To Be Construed As A Commitment By The U.s. Army Corps Of Engineers (usace), Mobile District To Issue A Solicitation Or Ultimately Award A Contract. Neither Unsolicited Proposals Nor Other Kinds Of Offers Will Be Considered In Response To This Sources Sought Notice. This Source Sought Notice Does Not Create An Obligation On Behalf Of The Government To Make An Award Of Any Contract Pursuant To This Announcement.
the Purpose Of This Sources Sought Notice Is To Determine The Availability Of Qualified Contractors To Perform These Services And To Determine Socioeconomic Classifications (small Business, Hubzone, Service-disabled Veteran Owned Small Businesses, Women Owned Small Businesses, Etc.) Associated With Each. The Primary North American Industrial Classification System (naics) Code Applicable To This Requirement Is 561210, The Small Business Standard For Which Is A Concern, Including Its Affiliates Whose Average Annual Gross Revenues Does Not Exceed $47.0m For The Past Three Years.
responses To This Sources Sought Notice Will Be Used By The Government In Making Appropriate Acquisition Decisions.
response Instructions
responses Are Requested With The Following Information:
1. Contractor’s Name, Address, Points Of Contact With Telephone Numbers And E-mail Addresses.
2. Business Size/classification (to Include Any Designations Such As Small Business, Hubzone, Section 8(a) Contractor, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women Owned Small Business, Etc.) Shall Be Indicated On The First Page Of Submission.
3. Contractor Shall Identify The Percentage Of Services Provided To The Commercial Marketplace And The Percentage Of Services Provided To Government Agencies.
4. Documentation Should Be Submitted With The Following Considerations:
a. Describe Your Capability And Experience To Provide Services For Maintenance, Repair, Minor Construction, And Operation Of A Large Multipurpose Navigation Project That Includes Locks, Dams, Levees, Riprap/concrete Structures, Flow Structures, Buildings, Offices, Maintenance Facilities, Operation Areas, Project Roads, Vehicles, Floating Plant, Boathouses, Bathhouses, Washhouses, Toilets, Gatehouses, Security And Other Fences, Sanitary Disposal Systems, Launching Ramps, Playground Equipment, Bulletin Boards, Game Courts, Water And Electrical Systems, Telephone Lines, Picnic Sites, Campsites, And Other Related Facilities. Work Required To Perform This Type Of Maintenance Includes Carpentry, Masonry, Electrical, Electronics, Mechanical, Structural, Plumbing, Chipping, Caulking, Sealing, Cleaning, Welding, And Replacing Parts Or Equipment. Additional Maintenance Work Includes Guardrails, Gates, Electric Barrier Gates, Signs, Bumper Blocks, Landscaped Areas, Beaches, Navigation Or Swimming Buoys, Paved Roads, Parking Lots, Trails, Navigation Aids, Courtesy Docks, And Boundary Lines. Services To Be Performed Include General Maintenance, Cleaning, Custodial Service, Garbage Removal, Grass Mowing, Saddle Dike And Overlook Clearing, Debris Removal, Operation Of The Project Visitor Centers, Repair To Riprap Slopes, Repair To Earthen Slopes, Excavation, Wildlife Management Food Plots And Storage And Disposal Of Hazardous And/or Toxic Materials. The Project Is Used For Navigation, Recreation, And Wildlife Management.
for Planning Purposes, The Above Requirements Will Be Addressed In The Following Technical Provisions (tps):
fixed Price: Tp-1 General Management; Tp-2 Cleaning Services, Refuse Removal, And Waste Removal; Tp-3 Grass Mowing And Maintenance Of Grassed And Landscaped Areas; Tp-4 Operation Of Wastewater Treatment Facilities.
cost Plus: Tp-5 Operation And Maintenance Of Visitor Centers; Tp-6 Non-routine Cleaning Services, Refuse Removal, And Waste Removal; Tp-7 Non-routine Grass Mowing, And Maintenance Of Grassed And Landscaped Areas; Tp-8 Boundary Line Maintenance; Tp-9 Maintenance Of Buildings, Structures, Mechanical, Plumbing, And Electrical Systems (tenn-tom); Tp-10 Maintenance Of Buildings, Structures, Mechanical, Plumbing, And Electrical Systems (okatibbee Lake Site); Tp-11 Lock, Dam, Spillway And Flow Structure Maintenance; Tp-12 Channel Maintenance; Tp-13 Slope Repair And Maintenance; Tp-14 Disposal Area Maintenance; Tp-15 Facility Closing, Winterizing, Re-opening, And Flood Response/recovery; Tp-16 Maintenance And Repair Of Paved Roads, Crushed Stone Roads, Gravel Roads, And Parking Areas; Tp-17 Maintenance And Repair Of Fencing, Signs, Buoys, Gates, Barricades, Bulletin Boards, Concrete Bumpers, Posts, Guardrails, And Traffic Counters; Tp-18 Pest And Aquatic Plant Control; Tp-19 Wildlife And Forestry Management; Tp-20 Recreation Facility Repairs And Renovation; Tp-21 Emergency Response Support, Storage And Disposal Of Hazardous And Toxic Materials; Tp-22 Major Lock Maintenance Closures; Tp-23 Maintenance Of Government Furnished Equipment And Vehicles.
b. Describe Your Capability And Experience In The Performance Of Similar Service Contracts In The Last 5 Years For Operation And Maintenance Of Large Multipurpose Lake Projects With Similar Size And Scope To The Tennessee Tombigbee Waterway And Okatibbee Lake Projects.
c. Describe Your Capability And Experience To Perform Firm-fixed Price And Cost-plus Contract Services For Operation And Maintenance Type Services. Additionally, Describe Your Capability And Experience To Perform Contract Services Utilizing Two Or More Contract Formats (firm-fixed Price, Cost Plus, Etc.).
d. Describe Your Capability And Experience To Provide Contract Services That Successfully Demonstrate Contractor’s Timeliness/effectiveness Of Contract Problem Resolution Without Extensive Customer Guidance.
e. Describe Your Capability And Experience To Provide Effective On-site Management, Including Management Of Subcontractors, Suppliers, Materials, And Labor Force. Also, Describe Your Capability And Experience To Hire, Apply, And Retain A Qualified Workforce For This Effort.
f. Describe Your Capability And Experience To Provide Adequate Defense Contract Audit Agency (dcaa) Approved Accounting System For Management And Tracking Of Costs For Multiple Technical Provisions And Business Lines.
g. Describe Your Capability And Experience To Timely And Accurately Submit Monthly Invoices With Appropriate Supporting Documentation, Monthly Status Reports/budget Variance Reports, Compliance With Established Budgets And Avoidance Of Significant And/or Unexplained Variances (under Runs Or Overruns).
h. Describe Your Capability And Experience To Simultaneously Manage Multiple Projects And Disciplines.
i. Describe Your Capability And Experience To Incorporate And Manage Changes Of Requirements And/or Priorities Within Scope Of Contract Including Planning, Execution And Response To Customer Changes.
j. Describe Your Capability And Experience To Successfully Respond To Emergency And/or Surge Situations (including Notifying Contracting Officer Representative Or Contracting Officer In A Timely Manner Regarding Urgent Contractual Issues).
k. Describe Your Capability And Experience To Execute A Successful Quality Control Program.
l. Describe Your Capability And Experience To Execute A Successful Safety Program To Include Ability To Maintain An Environment Of Safety, Adhere To Its Approved Safety Plan, And Respond And Correct Safety Issues.
m. Provide Information Regarding Cost Type Contracts You Have Performed To Include The Contract Number, Dates, Amount, Location, Final Rating, And Point Of Contact Name And Telephone Number For Verification.
the Above Requested Information Shall Not Exceed A Total Of Fifteen (15) Pages On 8.5" X 11" Paper, 12-point Times New Roman Font, With A Minimum Of One (1) Inch Margins All Around. Please Do Not Provide Standard Marketing Brochures Or Catalogs. Responses Will Be Evaluated On The Basis Of Demonstrated Functional Capability.
responses Are Due No Later Than 10 January 2025, 2:00 P.m. Cst. Responses Received After This Date And Time May Not Be Reviewed.
responses Shall Be Submitted Via Email To Ms. Sophia Chin, Contract Specialist, At Sophia.m.chin@usace.army.mil And Mr. Ben Neely, Supervisory Contract Specialist, At Benjamin.m.neely@usace.army.mil. In The Subject Line Of Your Email State: Response To Tenn-tom O&m. No Responses Will Be Accepted By Mail Or Fax. Submittals Will Not Be Returned. Telephonic Responses Will Not Be Honored.
Closing Date10 Jan 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: The Purpose Of This Project Is To Provide Laughlin Afb Is Seeking A Safe Place To Store Boats And Protect Them From The Weather. Currently, There Is No Weather Protection For Boats In The Fenced-in Lot At The Marina. This Area (del Rio, Tx) Is Susceptible To Hail, Flash Floods, And Extreme Heat That Can Damage Maritime Property Such As Boats And Jet-skis.
naf Funds Are Presently Available For This Effort. The Government Reserves The Right To Cancel The Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels The Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs. Please Note The Magnitude Of This Project Is: Between $250,000 And $500,000.
the Contractor Shall Furnish All Materials, Labor, Tools, Equipment, Transportation, And All Other Incidentals Necessary To Complete The Work Outlined In This Statement Of Work (soo) To Install Overhead Protection Over The Boat Lot In The Marina. This Project Is A Design-build Contract. The Contractor Shall Be Responsible For A Complete 100% Design And For The Construction Of The Design.
the Period Of Performance (pop) For This Contract Is A Total Of 236 Calendar Days. This Project Shall Have Three Notices To Proceed (ntp). Ntp #1 Shall Be For Design Submittals And Have A Pop Of 90 Calendar Days. This Time Includes 32 Days For Government Review. Ntp #2 Shall Be For Pre-construction Submittals And Have A Pop Of 30 Calendar Days. Contractor Shall Allow The Government Up To 14 Calendar Days To Review These Submittals. Ntp #3 Shall Be For Construction And Have A Pop Of 70 Calendar Days.
the Acquisition Will Be A Total Small Business Set Aside For Veteran-owned Service Disabled Certified. The Naics Code For The Acquisition Is236220 And The Applicable Small Business Standard Size Is $45m. Any Interested Party May Download A Copy Of The Solicitation Form This Website Once It Has Been Released. Copies Of The Solicitation Are Not Available For Mailing. All Responsible Sources May Submit A Proposal Which Shall Be Considered. The Government Anticipates Award Of A Firm-fixed Price Contract As A Result Of The Solicitation. All Prospective Offerors Must Be Registered In The System For Award Management (sam) To Be Eligible For Award. Registration May Be Accomplished At The Website, Https://www.sam.gov.
site Visit Will Be Thursday 19 December At 10:00 Am. Questions And Answers Will Be Due Friday 03 January At 2:00 Pm.
Closing Date21 Jan 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Others
South Africa
Details: Rfq Type Goods Goods Recreational Equipment Reference Number Gg12500580 Title Toothpaste & Soap Description 200 Each X Toothpaste 100ml 200 Each X Hand Washing Bar Soaps 175g Specification* Ref Gg12500580 Please Assist With The Supply Of Below Goods To Rocklands Admin Office Cnr Lancaster And Park Avenue Rocklands Mitchells Plain 200x Toothpaste 100ml Colgate/aquafresh Or Equivalent Contact Person Sandisiwe Tandwa 0744511737 Alternative Ntombi 021 400 3987 Specifications Strengthens Teeth Freshens Breath Protects Against Plaque * 200x 175g Hand Bar Soap (securex Or Equivalent) Contact Person Sandisiwe Tandwa 0744511737 Alternative Ntombi 021 400 3987 Fresh Antigerm Bar Soap Gives A Clean And Refreshing Feeling.with Flaxseed Oil Helps Strengthen Your Skin's Natural Ability To Protect Against Germs. For The Good Health Of Your Skin. Boosts Your Natural Anti-germ Defences By 10x More. Delivery Date2025/03/13 Delivery Tocs - City Health Rocklands Admin Office Delivery Address0 Cnr Lancaster And Park Ave, Rocklands Contact Personsandisiwe Tandwa Telephone Number0744511737 Cell Number Closing Date2025/02/24 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgg1.quotations@capetown.gov.za Buyer Detailss.manuel Buyer Phone0214009231 Attachments No Attachments Note On 1 August 2018 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Clothing, Building Hardware And Is&t. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date24 Feb 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Others
Germany
Description: Contract notice – general guidelines, standard rules Open procedure (construction work) Kita Regenbogen; outdoor facilities Services: earthworks, concrete work, paving work, planting work Extract from Lv: 60 m3 of trenches, filling, compacting 195 m3 of filling material, supply, ... MoreKita Regenbogen; outdoor facilities Services: earthworks, concrete work, paving work, planting work Extract from Lv: 60 m3 of trenches, filling, compacting 195 m3 of filling material, supply, installation, compaction 1500 m2 of gravel base layer for paving 885 m2 of mixed-format concrete paving 615 m2 of square concrete paving 305 m of deep curbstones 152 m2 of planting areas 214 m2 of extensive meadow 145 m2 of grass seeding 40 m of double-rod mesh fence 1 piece of steel enclosure with wooden infills 1 piece of water play equipment 1 piece of climbing frame Kita Regenbogen; Outdoor facilities The services are part of the new construction project for the Kita Regenbogen in Pfungstadt, Ringstrasse 63. The cost estimate (net) for the entire project is above the EU threshold. The type of tender for the individual lots is specified in an EU specification list that is included with the documents. 37 pieces of window sills with different sizes/properties 167 m2 base insulation XPS 49 m2 side ceiling finish 822 m2 WDVS mineral wool 240mm 122 m2 WDVS mineral wool 80mm 148 m2 base plaster 451 m2 base plaster, reinforcement and top plaster, brushed finish 493 m2 base plaster, reinforcement and top plaster, felted finish 451 m2 lotus effect paint coat on top plaster, brushed finish 493 m2 lotus effect paint coat on top plaster, felted finish 3150 m2 interior plaster, 2-layer lime cement
Closing Date27 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: *****************************************************************************************
virtual Public Bid Opening - 25b4000 - Pn 97211 Construct Child Development Center - Fort Liberty Nc
hosted By Srm - Usace Savannah District
https://usace1.webex.com/usace1/j.php?mtid=m0aa8c434ecf3ee24fd7fc3a1e7ef9bad
wednesday, January 15, 2025 12:00 Pm | 30 Minutes | (utc-05:00) Eastern Time (us & Canada)
meeting Number: 2827 764 4829
password: 8qwjbsjs@53
join By Video System
dial 28277644829@usace1.webex.com
you Can Also Dial 207.182.190.20 And Enter Your Meeting Number.
join By Phone
+1-844-800-2712 Us Toll Free
+1-669-234-1177 Us Toll
access Code: 282 776 44829
*****************************************************************************************
amendment 0002 – Technical Specifications And Drawings Have Been Updated Based On Responses To Projnet Dr. Checks Inquiries. Wage Determination Has Been Updated. All Other Terms And Conditions Remain Unchanged.
amendment 0001 –technical Specifications And Drawings Have Been Updated. Wage Determination Has Been Updated. All Other Terms And Conditions Remain Unchanged.
---------------------------site Visit Sign-in Sheet Has Been Attached--------------------------
the U.s. Army Corps Of Engineers {usace) Savannah District Is Issuing An Invitation For Bid (ifb) W912hn25b4000 For Project Number: 097211, Construct Child Development Center, Fort Liberty, North Carolina.
note: This Solicitation Will Result In A Firm-fixed Price C-type Stand-alone Contract.
type Of Contract & Naics:this Acquisition Will Be Solicited Using Far Part 14, Sealed Bid Procedures For One (1) Firm-fixed-price (ffp) Contract. The North American Industry Classification System (naics) Code Is236220 – Commercial And Institutional Building Construction, With A Small Business Size Standard Of$45m.
product Service Code:y1cz – Construction Of Other Education Buildings
type Of Set-aside:this Acquisition Is Being Offered As A 100% Small Business (sb) Set-aside
construction Magnitude:in Accordance With Dfars 236.204, The Magnitude Of This Construction Project Is Anticipated To Be Between$25,000,000 And $50,000,000.
project Labor Agreement:notice Of Project Labor Agreement Requirementin Accordance With Far 52.222-33 Alternate I, A Pla Will Be Required From The Apparent Low/successful Offeror Prior To Award. Far 52.222-34 Project Labor Agreement Is Applicable To This Project.
site Visit: A Site Visit Will Be Held10 December 2024 At 0930 Hours.contractors Will Report To The Barracks Resident Office At 3630 Alpha Street, Bldg. 3-2716, Fort Liberty, North Carolina.
site Visit Poc: Karl Miller-karl.j.miller@usace.army.mil-(910) 723-6572
bid Due Date:15 January 2025 Via Piee At 1100hrs.
virtual Public Bid Opening:15 January 2025 At 1200hrs. A Webex Link Will Be Posted To Sam.gov On This Page,one (1) Daybefore Bid Opening.
period Of Performance:the Period Of Performance Including All Options Is1,080 Calendar Daysafter The Issuance Of The Notice To Proceed.
project Scope:this Is A New Requirement To Construct A Child Development Center For Children Six Weeks To Five Years Of Age With Adjacent Play Area For Children Supporting Facilities At Fort Liberty, North Carolina. The Current Building Is A Standard Design Child Development Center With Outdoor Play Areas For Children Between The Ages 6 Weeks - 5 Years Of Age. The Child Development Center Facility Includes Developmental Learning Modules, Activity Areas, An Isolation Room, Changing Areas, Patron Visitor Waiting Area, Administrative Support Space, Staff Lounge, Work Rooms, Commercial Kitchen, Laundry Storage, Supply Room, Information Systems, Fire Protection And Alarm Systems, Electronic Security Systems (ess), Fire And Life Safety (fls) Systems, And Utility Monitoring And Control Systems (umcs) Connection. Additionally, The Facility Includes Outdoor Play Areas With Age-appropriate Child Development Equipment, Safety Surfacing, And Fencing. Sustainability And Energy Enhancement Measure Are Included.
supporting Facilities For The Child Development Center Include Site Development, Utilities And Connections, Lighting, Paving, Parking, Sidewalks, Curbs And Gutters, Bioretention Areas, Information Systems, Landscaping, And Signage. Work Will Also Include Installation Of Video Monitoring, Alarm, And Intercom Systems For Safety. Air Conditioning Will Be Provided By Standalone Chillers Located Adjacent To The Facility. Measures In Accordance With The Department Of Defense Minimum Antiterrorism For Buildings Standards Will Be Provided. Access For Individuals With Disabilities Will Be Provided. Facilities Will Be Designed To A Minimum Life Of 40 Years In Accordance With Dod's Unified Facilities Criteria (ufc 1-200-02) Including Energy Efficiencies, Building Envelope And Integrated Building Systems Performance.
this Project Is Fully Designed, And All Technical Specifications And Drawings Will Be Provided At The Issuance Of The Solicitation.
solicitation Website:the Official Solicitation, When Posted, Will Be Available Free Of Charge By Electronic Posting Only And May Be Found On The System Of Award Management System {sam) Website, Https://sam.gov. Paper Copies Of The Solicitation Will Not Be Issued. Therefore, Telephone 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. Contractors Must Register At The Sam Website At Https://sam.gov To Download The Solicitation For This Project.
if/when Issued, Amendments Will Be Posted To The Above-referenced Website For Electronic Downloading. This Will Be The Only Method Of Distributing Amendments Before Closing; Therefore, The Offerors Must Check The Website Periodically For Any Amendments To The Solicitation.
registrations:system For Award Management (sam)-offerors Shall Maintain An Active Registration In The Sam Database At Https://sam.gov To Be Eligible For A Government Contract Award. Suppose The Offeror Is A Joint Venture (jv). In That Case, The Jv Entity Shall Have Valid Sam Registration In The Sam Database Representing The Jv As One Business/firm/entity. If An Offeror Is Not Actively And Successfully Registered In The Sam Database At The Time Of Award, The Government Reserves The Right To Award To The Next Prospective Offeror.
procurement Integrated Enterprise Environment (piee): The Only Authorized Transmission Method For Bids In Response To The Forthcoming Solicitation Is Electronic Via Procurement Integrated Enterprise Environment (piee) Solicitation Module. No Other Transmission Method (e-mail, Facsimile, U.s. Postal Mail, Hand Carried, Etc.) Will Be Accepted. Offerors Must Have An Active Proposal Manager Role In Piee At Https://piee.eb.mil/.
point Of Contacts: Contracting Officer - Mr. Greg Graham - Gregory.m.graham@usace.army.mil
contract Specialist – Ms. Tatjana Fisher – Tatjana.m.fisher@usace.army.mil
Closing Date15 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Building Construction
United States
Details: Rfp No: W912dw25r0015
rfp Title: P97462 Supply Storage Activity Warehouse, Joint Base Lewis Mccord (jblm), Wa, Joint Base Lewis-mccord, Washington
rfp Posted Date: On Or About 13 January 2025
offeror Response Due Date: On Or About 12 Febuary 2025
magnitude Of Construction: Is Between $25,000,000 And $100,000,000.
psc Code: Y1jz Construction Of Miscellaneous Buildings
naics Code: 236220 Commercial And Industrial Building Construction
classification Code: Y - Construction Of Structures And Facilities
set Aside: 8 (a) Set-aside
================================================================
for Information Only: This Synopsis Is Only A Notification A Request For Proposal (rfp) Is Anticipated And Forthcoming. All Questions Regarding This Synopsis Should Be Submitted In Writing Via Email To The Contract Specialist As Noted Below.
the United States Army Corps Of Engineers (usace) Seattle District Anticipates Solicitation And Award Of A Firm-fixed Price Contract Resulting From Rfp W912dw25r0015. This Requirement Is A Design-build Project To Design And Construct A Supply Storage Activity Warehouse At Joint Base Lewis-mccord, Washington.
the Request For Proposal (rfp) Will Be Available To All Business Firms With An Active Sam Registration. The North American Industry Classification System (naics) Code Is 236220 Commercial And Industrial Building Construction With A $45m Size Standard.
in Accordance With Department Of Defense Federal Acquisition Regulation Supplement (dfars) 236.204, The Estimated Magnitude Of Construction Is Between $25,000,000 And $100,000,000. 100 Percent (%) Payment And Performance Bonds Will Be Required.
project Description:
project Consists Of Construction Of A New One-story 21,500 Sf Supply Storage Warehousebuilding, Two Stand-alone Canopies, Hardstand Areas, Paved Drives, And Parking Areas, Newlylandscaped Areas, Fencing, And Associated Walks, Site Drainage And All Associated Utilities On An Approximate 7-acre Site Of Lewis-main. (jblm)
the Contractor Shall Furnish Separate Space For The Exclusive Use Of The Government. The Officespace Shall Include Approximately 700 Square Feet For The Exclusive Use Of The Government(minimum Two Offices, One Conference Room, One Restroom, And One Kitchenette Area) Withpower, Water, Appropriate Office Furniture, Heat And Air-conditioning, And Perform Any Necessary Maintenance. Each Office Shall Have A Minimum Of One Window With Operable Window Blinds. Electrical And Communications Outlets Shall Be Provided For Each Office Area And The Conferenceroom. Each Single Occupancy Office Area Shall Be Furnished With One 3-foot By 5-foot Desk Andone 3-foot By 5-foot Plans Table. The Desks Shall Each Have Side Drawers And A Lockable Centerdrawer, For A Minimum Of Five Drawers. The Plans Tables Shall Each Have One Central Drawer.each Double Occupancy Office Area Shall Be Furnished With Two Desks And Two Plans Tables Of The Same Type As The Single Occupancy Office Areas. Provide One Five-wheeled, Padded, Ergonomic Desk Chair For Each Desk. Each Single Office Shall Have A Four-legged, Padded "guest Chair" Similar To The Ergonomic Swivel Chairs And Roller Mat. Double Occupancy Offices Shall Have Two Four-legged, Padded "guest Chairs" Similar To The Ergonomic Swivel Chairs And Roller Mat. Each Single Office Area Shall Be Furnished With A 12-inch By 18-inch By 6-foot Metal Locker With A Shelf, Coat Hanger Rod, And Three Clothes Hooks. Double Occupancy Offices Shall Have Two 12-inch By 18-inch By 6-foot Metal Lockers With A Shelf, Coat Hanger Rod, And Three Clothes Hooks. Provide One Minimum 3-foot By 4-foot Whiteboard For Each Single Occupancy Office And Two Minimum 3-foot By 4-foot Whiteboards In Each Double Occupancy Office. Provide Two Mobile Plan Stands With Twelve Hanging Clamps Each. The Conference Room Shall Be Furnished With A 3.5-foot By 8-foot Conference Table, Six Padded Chairs Similar To The Ergonomic Swivel Chair And One 4-foot By 8-foot Whiteboard. Provide One Walk-off Mat At Each Building Entrance. Provide Two Ten-pound, Multi-purpose, Dry Chemical Fire.
offerors: Please Be Advised Of On-line Registration Requirement In The System For Award Management (sam) Database Http://www.sam.gov/ And Directed Solicitation Provisions Concerning Electronic Annual On-line Representations And Certifications. Representations And Certifications Are Required To Be Updated Annually As A Minimum To Keep Information Current, Accurate And Complete.
on Or About, 13 Jan 2025, [nsfcuc(1]the Rfp Documents For This Project Will Be Available Via The Website Https://sam.gov/ Under Contract Opportunities W912dw25r0015. Your Firm Must Be Registered With Https://sam.gov/ To Download The Rfp Documents. No Cd’s Or Hard Copies Will Be Made Available. Downloads Are Available Only Through Https://sam.gov/. Offerors Are Responsible For Checking Https://sam.gov/ Frequently For Any Update(s) To This Notice. The Government Is Not Responsible For Any Loss Of Internet Connectivity Or For An Offeror’s Inability To Access The Document(s) At The Referenced Website. To Obtain Automatic Notifications Of Updates To This Rfp, You Must Log In To Https://sam.gov/ And Add The Rfp 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 Rfp. Your Firm’s Proposal Shall Be Submitted Electronically Through The Procurement Integrated Enterprise Environment (piee) Solicitation Module At Https://piee.eb.mil/.
to View The Rfp When Posted, Vendors Must Have An Active Registration In Sam.gov.
for Piee Registration, Training, And Instructions For Posting An Offer, Refer To The Following Links:
piee Registration: Https://piee.eb.mil/
note: There Are Two Vendor Roles (proposal Manager, Proposal View Only) For Piee Solicitation Module. The Proposal Manager Role Is Required To Submit An Offer To A Solicitation. Please Be Advised That When Using The Piee Solicitation Module, The User’s Email Address In Piee Must Match The Email Address On File In Sam.gov.
piee Solicitation Module:
training And Instructions Are Accessible Through Piee – Web Based Training (wbt) At Https://pieetraining.eb.mil/wbt/ (for Instructions Specific To Posting An Offer, Select; Solicitation Module è Proposals (offers) è Posting Offer)
for Frequently Asked Questions (faqs) And Additional Training, Go To The Dod Procurement Toolbox – Solicitation Module At Https://dodprocurementtoolbox.com/site-pages/solicitation-module
point-of-contact:
the Point-of-contact For Administrative Or Contractual Questions Is Linda O’brien At Email: Linda.s.obrien@usace.army.mil. Once The Rfp Has Been Issued, All Questions Must Be Submitted In Accordance With The Rfp Instructions.
[nsfcuc(1]i Think The Date Is About Right But Can We Maybe Push It Back To April 17? That Way If The Peer Review Comes Back Early Ready To Issue, Then We Don't Have To Sit Around Waiting.
Closing Date13 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Drainage Work
United States
Details: Berlin Lake, Wastewater Treatment Facility (wwtf). The U.s. Army Corps Of Engineers (usace), Pittsburgh District, Is Carrying Out A Project To Replace The Existing Wastewater Treatment Facility (wwtf) At The Location Referenced Above. Work Is To Be Performed Entirely On Government Property, And The Wwtf Services Usace Campgrounds And Two Field Offices. The Campground Is Open Annually From Mid-may To Mid-september, While The Two Usace Field Offices Are Open Year-round. The Government Currently Operates The Existing 30,000 Gallon Per Day (gpd) Wwtf Year-round And Will Need Continuous Access And Utility Services During The Project. The New Wwtf Is To Be Constructed Adjacent To The Existing Wwtf. Final Switch Over To The New Wwtf And Operation Of The New Wwtf In Compliance With Approved Permits Is Required Prior To Demolition Of The Existing Wwtf.major Features And Coordination Efforts Of The Project Generally Include, But Are Not Limited To, The Following:a. installing A New, Prefabricated Pump Station And Force Main Line.b. installing A New, Prefabricated Wwtf With Appurtenances. The Wwtf (rated At 30,000 Gpd) Will Utilize The Extended Aeration Process And May Have, Among Other Features, A Trash Trap, Flow Equalization/aeration/clarifier/sludge Holding/dosing Tanks, Fixed Media And Surface Sand Filtration, And Uv Disinfection.c. renovating The Existing Wwtf Control/laboratory Building.d. limited Testing Has Been Conducted And It Is Assumed That Additional Lead And Asbestos Testing/remediation May Be Required.e. upgrading The Existing Power Supply Per Local Utility Requirements And Installation Of A Dedicated Automatic Emergency Power Generator.f. installing Gravel Driveway For Access And Parking, Lighting, And Security Fencing/gates.g. reconfiguring Portions Of The Existing Sanitary Sewer Piping Near The Headworks And Outfall Manhole Of The Existing Wwtf To Accommodate The New Hydraulic Profile.h. site Grading, Including Best Management Practices (bmps) For Erosion And Sediment Control, Along With Final Restoration And Landscaping With Ohio Native Plant Species.i. an Ohio Environmental Protection Agency (opea) Permit-to-install (pti) Permit Has Been Secured By The Government For The New Wwtf And The Contractor Will Have To Comply With Any Oepa Requirements.j. seamless Switchover From The Existing Wwtf To The New Wwtf.k. demolition And Proper Disposal Of The Existing Wwtf And Appurtenances.l. oepa-licensed-operator Startup And Operation Of The New Wwtf For A Limited Duration, Including Training Of The Government Or Other Operators.the Submittal/fabrication Process Is Planned To Start Spring Of 2025, With Physical Construction And Restoration Estimated To Take Place From October 2025 Through October 2026. Closeout Is Expected To Be Complete Before The End Of 2026. Campground Usage And Operations Throughout The Year Are Assumed To Remain Unchanged.disposal Of Construction Waste Material Will Be Disposed Of At Commercially Permitted Facilities Licensed To Accept Waste Or Recyclable Materials As Applicable.the Work Shall Be Completed Within 720 Calendar Days After Written Notice To Proceed. Disclosure Of Magnitude Of Construction (far 36.204 And Dfars 236.204)between $1,000,000 And $5,000,000the Acquisition Will Be Procured As 100% Set-aside For Small Business. The Resulting Award Will Be For One (1) Firm-fixed-price (ffp) Contract. All Responsible Bidders Are Encouraged To Participate. The Invitation For Bid (ifb) Will Be Issued On Or About , Online Through Procurement Integrated Enterprise Environment (piee) Which Posts The Opportunity To Sam.gov; Therefore, Requests For Hardcopies Of The Solicitation Will Not Be Honored.the North American Industrial Classification System (naics) Code For This Acquisition Is 237110 - Water And Sewer Line And Related Structures Construction. The Small Business Size Standard For This Naics Code Is $$45,000,000.00.in Order To Submit A Bid On This Project, Your Company Must-1) be Registered In System For Award Management (sam) And Maintain An Active Registration Status. 2) be Registered In The Procurement Integrated Enterprise Environment (piee) For The Solicitation Module With The Proposal Manager Manger Role. System For Award Management (sam) Registrationregistering In Sam.gov Includes Both Entity Validation And Entity Registration.to Register In Sam:a. navigate To Sam.govb. select Sign-in (top Right)c. select Create An Account Then Follow The Instructions. D. after Account Is Set-up, Select Sign In.e. under The Entity Management Widget, Select ?get Started? Button. F. select Register Entity. As Part Of Entity Registration, A Unique Entity Id Will Be Assigned.for Additional Information On Samto Register Your Entity (company), Please Visit Https:/www.fsd.gov/gsafsd_sp?id=gsa_index . Here You Will Find The Following, get Started With Your Registration check Registration Status ? Active, Inactive, Pending update Your Registration become An Entity Administrator validate Your Entity *access User Guides *by Selecting This Option, You Can Obtain A Quick Start Guide For Contract Registrations.also, Here You Will Find In Addition To The User Guides - Faqs, Videos, And Definitions.please Noteit Is Mandatory That All Companies Be Registered In Sam In Order To Receive Federal Contracts.there Is No Charge To Register Or Maintain Your Company (entity) Registration.login.gov Manages Usernames And Passwords For Sam.gov. *important* Registration Informationregistration Can Take At Least Ten (10) Business Days To Be Active In Sam.gov.registration Must Be In Active Status Upon Offer Submission And Remain Active During Award Period.registration Must Be Renewed Every 365 Days To Remain Active.the Federal Service Desk (fsd) For Sam Questions, May Be Contacted. Phone Number: 866-606-8220hours Of Operation: Monday-friday 8 A.m. To 8 P.m. Etprocurement Integrated Enterprise Environment (piee) Solicitation Module Registrationto Register For Piee Follow The Below Instructions. Register In Piee:a. Navigate To Https://piee.eb.mil/b. Select Register [top Right]c. Select Vendord. Create A User Id And Password And Follow The Prompts [next]e. Create Security Questions [next]f. Complete Your User Profile Information [next]g. Complete Your Supervisor Or Approving Official Information [next]h. Complete Rolesi. Step 1. Select Sol-solicitationii. Step 2. Select Proposal Manageriii. Step 3. Click Add Rolesiv. Step 4. Fill In Your Location Code (cage Code) [next]i. Provide A Justification For Your Registration [next]j. Follow The Remaining Prompts To Submit Your Registrationthe Procurement Integrated Enterprise Environment (piee) Help Desk May Be Reached By Calling Telephone Number 866-618-5988 For Assistance. **notice** Information Regarding The U.s. Army Corps Of Engineers Process For Settling Requests For Equitable Adjustments And Duration Goals To Achieve Definitization Of Equitable Adjustments For Change Orders Under Construction Contracts Can Be Found By Going To Https://www.usace.army.mil/business-with-us/partnering/ Then Clicking On ?view Ffp Contract Changes Playbook Here?. 11 February 2025 - Amendment 0001 Issued To Update Attachment 4 - Wd Oh20250001 From1-3-2025 To 2-7-2025.
Closing Date18 Feb 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Civil And Construction...+1Civil Works Others
Germany
Description: Contract notice - General guideline, standard regulation Open procedure (construction work) JMS - New construction of the second construction phase of a primary school building with a 2-field sports hall and 22 parking spaces Lot 023 Demolition and dismantling work JMS - New construction of the second construction phase of a gr ... MoreJMS - New construction of the second construction phase of a primary school building with a 2-field sports hall and 22 parking spaces Lot 023 Demolition and dismantling work JMS - New construction of the second construction phase of a primary school building with a 2-field sports hall and 22 parking spaces Main services of this tender: - Construction site equipment including equipment for pollutant remediation, 1 parking space - Demolition of metal fences/railings, total approx. 100 m - Demolition of steel escape stairs 2 pieces - Dismantling of paved areas, total approx. 360 m2 - Demolition of external concrete stairs, total approx. 50 m2 - Lawn/weed layer Removal, total approx. 830 m2 - Topsoil removal 20-40cm, total approx. 600 m2 - Makeshift construction road, total approx. 600 m2 - Dismantling of hazardous substances and disposal of asbestos-fb, total approx. 920 m - Dismantling of hazardous substances and disposal of asbestos-containing ribbed radiators, total 120 pieces - Dismantling of hazardous substances and disposal of Kmf-containing insulation pads, total 700 m2 - Dismantling of hazardous substances and disposal of Pak-containing pipes, total 200 pieces - Dismantling of hazardous substances and disposal of PCB-containing capacitors, total 300 pieces - Total demolition of Pavilion 3, incl. Foundations, total approx. 2,060 m3 - Partial demolition of pavilions 1+2 including above-ground toilet facilities, total approx. 3,540 m3 - Backfilling of earth pit Pav. 3, Rc-1, creating handover level, total approx. 640 m3 - Backfilling of basement Pav. 1+2, crawl space, mineral demolition, total approx. 1,320 m3
Closing Date17 Jan 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Others
Germany
Description: Contract notice – general guidelines, standard rules Open procedure (construction work) Kita Regenbogen; outdoor facilities Services: earthworks, concrete work, paving work, planting work Extract from Lv: 60 m3 of trenches, filling, compacting 195 m3 of filling material, supply, ... MoreKita Regenbogen; outdoor facilities Services: earthworks, concrete work, paving work, planting work Extract from Lv: 60 m3 of trenches, filling, compacting 195 m3 of filling material, supply, installation, compaction 1500 m2 of gravel base layer for paving 885 m2 of mixed-format concrete paving 615 m2 of square concrete paving 305 m of deep curbstones 152 m2 of planting areas 214 m2 of extensive meadow 145 m2 of grass seeding 40 m of double-rod mesh fence 1 piece of steel enclosure with wooden infills 1 piece of water play equipment 1 piece of climbing frame Kita Regenbogen; Outdoor facilities The services are part of the new construction project for the Kita Regenbogen in Pfungstadt, Ringstrasse 63. The cost estimate (net) for the entire project is above the EU threshold. The type of tender for the individual lots is specified in an EU specification list that is included with the documents. 37 pieces of window sills with different sizes/properties 167 m2 base insulation XPS 49 m2 side ceiling finish 822 m2 WDVS mineral wool 240mm 122 m2 WDVS mineral wool 80mm 148 m2 base plaster 451 m2 base plaster, reinforcement and top plaster, brushed finish 493 m2 base plaster, reinforcement and top plaster, felted finish 451 m2 lotus effect paint coat on top plaster, brushed finish 493 m2 lotus effect paint coat on top plaster, felted finish 3150 m2 interior plaster, 2-layer lime cement
Closing Date20 Feb 2025
Tender AmountRefer Documents
7001-7010 of 7230 archived Tenders