Hvac Tenders

Hvac Tenders

Oil India Limited Tender

Goods
Electrical and Electronics
GEM
Corrigendum : Closing Date Modified
India
Closing Soon27 Feb 2025
Tender AmountRefer Documents 
Description: CATEGORY: Explosion Proof HVAC Pressurization/Cooling System

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Closing Date15 Mar 2025
Tender AmountRefer Documents 
Details: Statement Of Work for replace Pitched Roof Building 1 project # 542-25-105 coatesville Va Medical Center 1400 Blackhorse Hi Rd coatesville, Pa 19320 page 2 Of 2 a Full Replacement For The Building 1 Pitched Shingled Roof To Include The Flashing For Exhausts, Equipment, And Other Roof Components As Required To Be Completed Fully In Accordance With The Attached Master Construction Specifications That Are Included In The Contract Documents. This Will Include The Removal And Full Replacement Of All Flashing Involved With The Roof Replacement, Pitched Shingled Roof, And Lightning Protection That Will Need To Be Completed To Replace The Roof Alongside The Replacement And Installation Of The Gutter Lining. The Following Specifics Are Detailed In Accordance With The Drawings And Required Work: the Contractor Must Replace The Entire Pitched Shingled Roof Of Building 1 While Considering The Increased Height In Comparison To The Rest Of The Facilities Buildings Resulting In A Higher Safety Need. the Contractor Must Upon Removal Of The Pitched Shingled Roof, Investigate And Survey The Structural Integrity Of The Wood Decking. Confirm Any Damage And Repair The Wood Decking Where Needed To Prevent Further Water Penetration And Damage To The Floors Below. the Contractor Must Replace All The Flashing In Kind With 16 Oz. Copper Where The Pitched Shingle Roof Meets The Conjoined Areas Of The Building. (includes Drip Edge) the Contractor Must Replace All The Lightning Protection Involved With The Pitched Shingled Roof Properly Without Damaging The New Pitched Shingled Roof Replacement While Gaining The Proper Certification For The Lightning Protection System. the Contractor Must Phase The Replacement Of The Pitched Shingled Roof With Prior Notice To The Cor For Shutdowns Of Individual Faces As The Building Has Many Entrances That Staff And Patients Use Daily Around The Entirety Of The Building. the Contractor Must Ensure That No Debris Or Equipment Falls From The Worksite Down The Roof During Demolition. This Must Be Coordinated With The Cor To Ensure The Safety Of The Patients And A Shutdown Of The Building S Entrances Will Be In Effect During This Time. the Contractor Must Ensure That Proper Weather Protection Is Provided For Times That The Pitched Shingled Roof S Envelope Is Removed, And Construction Is Ongoing Up Until The Full Replacement Of The Pitched Shingled Roof Is Complete. the Contractor Is To Replace The Shingled Portions Of The Dormers Upon The Roof Fully And Held To The Va Standards. the Gutters Connected To The Pitched Shingle Roof Are To Be Cleaned, Prepared, Sealed, And A New Gutter Membrane Installed. The Materials Used Are To Meet Or Exceed The Referenced Spec Section Presented. general Requirements - all Work Will Occur Monday To Friday From 6:30 Am To 5 Pm. All Evidence Of Work On The Project Must Be Cleaned And Removed Daily To Prevent Patient Tampering. At No Time Will Tools Or An Active Job Site Be Unmanned. some After-hours Work Must Be Conducted And Must Be Highly Coordinated With The Cor, The Electricians, Plumbers, Hvac, And The Cvamc Medical Staff. contractors Will Need To Remain Highly Flexible To Rearrange Scheduling When Necessary. An Extensive Partnership And Coordination Must Be Designed Between The Contractor, The Cor, Contracting Officer, The Cvamc Engineering Staff, And The Cvamc Medical Staff. the Contractor Must Provide Their Own Storage. The Cvamc Has A Small Field Where A Construction Trailer Can Be Placed Only For The Duration Of The Project And Must Be Coordinated With The Cor For Size And Footprint. Parking Shall Occur Only In Approved Places So The Need To Shuttle Men And Materials May Be Necessary. Other Than This Location, The Va Will Not Supply Storage Space. All Exterior Work Will Require A Locked 6-foot Chain Link Fence Around The Perimeter. A Dumpster Must Always Remain Secured. contractor Must Be Responsible To Verify All Site Conditions Prior To Performing Any Work. Contractor Must Follow All Guidelines And Standards, Applicable To The Task, As Described In The Construction Safety Standards And Master Construction Specifications All Available On The Va Technical Information Library. No Production Or Purchases Shall Occur Until All Products Are Submitted For Approval As Per Section 01â 33â 23, Shop Drawings, Product Data, And Samples. Submittal Drawings Shall Show Size, Configuration, And Fabrication And Installation Details. the Contracting Officer Is The Only One Who Can Authorize The Proceeding Of Work Through Signed Documentation. The Contractor Must Substantiate Those Manufacturers And Installers Qualifications Which Comply With Specifications. Contractor Must Provide A Minimum One-year Warranty On All Material And Workmanship Unless Otherwise Noted In The Specifications. all Work Shall Be Performed In Compliance With All Federal, State And Local Laws And Regulations. In Addition, Work Must Meet Equipment S Manufacturer Specifications And Generally Accepted Industry Standards Of Good Workmanship. All Waste Materials Must Be Disposed Of By The Contractor In Compliance With Federal State And Local Laws And Regulations. Contractors Will Supply Receipts For Quantities Of Material Removed For Recycling Accountability. The Lot T21 Is Used For Metal Recycling And Shall Receive All Metal Debris And For Disposal. no Work May Proceed By The Contractor Until All Material Cut Sheets Are Submitted To The Cor For Approval. Cor Will Review And Submit To Contracting Officer. No Work May Proceed Until Contracting Officer Authorizes Work. The Cor Is Not Authorized To Issue A Notice To Proceed. a Site Visit Must Be Conducted With Perspective Offerors To Visually Access The Site To Avoid Mistaken Installation Practices. The Reference Materials Listed Below Must Be Cited With All Perspective Offerors. Offerors Will Receive A Briefing On Parking, Facilities, And Patient Safety Prior To Submitting A Bid As The Proposal May Be Affected By Hospital Procedures. contractor Must Be Required To Comply With Physical Security Requirements To Include Checking In With The Va Police Or Va Sponsor/cor Each Time They Come On Site To Perform Services And Obtaining A Va Compliant Id Badge Which Must Be Always Worn While On Va Property. all Damage Done To Structures, Equipment, Or Va Property By The Contractor During Construction Is To Be Repaired As Per The Specifications At The Contractor S Expense. contractor Will Have 160 Days To Complete The Project From Ntp.

DEPT OF THE ARMY USA Tender

Software and IT Solutions...+2Electrical and Electronics, Electrical Works
Corrigendum : Closing Date Modified
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
Description: Sources Sought Announcement - Hvac Controls - Pavement & Maintenance Facility, Grand Forks Afb, Nd

Department Of Military And Veterans Affairs Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Closing Date4 Mar 2025
Tender AmountRefer Documents 
Details: This Project Is A Standard Low Bid ... This Project Is A Standard Low Bid Project And Includes General Hvac Plumbing Electrical And Fire Protection Construction Project Title Hermitage Readiness Center New Construction Estimated Range 1 General 10 000 000 11 000 000 2 Hvac 2 000 000 3 000 000 3 Plumbing 800 000 900 000 4 Electrical 1 000 000 2 000 000 5 Fire Protection 300 000 400 000 Liquidated Damages 1 5 000 00 Per Day 2 1 500 00 Per Day 3 500 00 Per Day 4 1 000 00 Per Day 5 500 00 Per Day There Is No Bid Guaranty Required For This Project Date For Receiving Bids Is Tuesday March 4 2025 At 3 00 P M The Pre Bid Conference Will Take Place On Monday February 3 2025 At 10 00 A M At The Army National Guard Recruiting Building 740 N Hermitage Rd Hermitage Pa 16148 The Department Of General Services Capital Programs And The Bureau Of Diversity Inclusion And Small Business Opportunities Bdisbo Identified This Procurement As Eligible For The Setting Of Small Diverse Business Sdb And Or Veteran Business Enterprise Vbe Participation Goals However Bdisbo Did Not Set Sdb And Or Vbe Participation Goals For Those Procurements That Are Less Than The 600 000 Threshold Required To Set Either Goal In Addition There Will Be No Points Allocated Toward Sdb Sb Participation For This Procurement Bidders Must Agree To Meet The Sdb And Vbe Participation Goals In Full Or Demonstrate That They Have Made Good Faith Efforts To Meet The Goals Refer To The Instructions To Bidders Section Regarding Small Diverse Business And Veteran Business Enterprise Participation For Further Information The Goals For Each Prime Contract Is As Follows Sdb And Vbe Goals 1 General Construction All Base Bids 1 2 3 Sdb 11 Vbe 3 2 Hvac Construction All Base Bids 1 2 3 Sdb 10 Vbe 3 3 Plumbing Construction All Base Bids 1 2 3 ...

Lafayette Consolidated Government Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Closing Soon20 Feb 2025
Tender AmountRefer Documents 
Details: Notice To Contractors Notice Is Hereby Given That Sealed Bids Will Be Received Either Electronically At Www.centralbidding.com Or In The Office Of The Purchasing Division At The Lafayette Consolidated Government Building, Located At 705 West University Avenue, Lafayette, Louisiana, Until 3:30 Pm Central Time On The 13th Day Of February 2025 For The Following: Lafayette Fire Station 12 Roof Replacement And Interior And Exterior Water Damage Repairs And Will, Shortly Thereafter, Be Opened And Read Aloud In The Council Briefing Room Located At 705 West University Avenue, Lafayette, La. Bids Received After The Above Specified Time For Opening Shall Not Be Considered And Shall Be Returned Unopened To The Sender. Bidders Are Encouraged To Call Into The Bid Openings At The Following Phone Number 337-291-5100. Scope Of Services: Scope Of Work Includes, But Is Not Limited To, Renovation Of The Interior Of The Building By Removals And Replacement Of Existing Ceilings, Light Fixtures, And Hvac Ductwork. Paint Interior. Installation Of New Spray Foam Insulation At Existing Roof Deck. Installation Of Retrofit Standing Seam Metal Roof And Metal Soffits. Coating Existing Exterior Wall Finishes. Work Shall Be Completed Within 150 Calendar Days. In Accordance With Louisiana Rs 38:2212., Vendors May Submit Their Bid Electronically At The Website Listed Above. Bidding Documents Are Available To View Only At The Website. Bidders May Request The Electronic Bid Package From Keirston St. Amant At Kstamant@lafayettela.gov. Bidders Wishing To Submit Their Bid Electronically Must First Be Registered Online With Lafayette Consolidated Government As A Potential Supplier At The Website Listed Above. Bidders Submitting Bids Electronically Are Required To Provide The Same Documents As Bidders Submitting Through The Mail As Soon As Available. Only A Bid Bond, Certified Check Or Cashier’s Check Shall Be Submitted As The Bid Security. Electronic Copies Of Both The Front And Back Of The Check Or Bid Bond Shall Be Included With The Electronic Bid. Bids Must Be Signed In Accordance With Lrs Title 38:2212(b)5. A Corporate Resolution Or Certificate Of Authority Authorizing The Person Signing The Bid Is Required To Be Submitted With Bid. Failure To Submit A Corporate Resolution Or Certificate Of Authority With The Bid Shall Be Cause For Rejection Of Bid. Copies Of The Bidding Documents Are Available At The Office Of Purchasing Located At 705 West University Avenue, Lafayette, La 70502 Upon Payment Of $88.97 (eighty-eight Dollars And 97/100) Per Set, Non-refundable. Note: No Cash Will Be Accepted - Only Checks Or Money Orders Made Payable To Lafayette Consolidated Government. Bid Documents Shall Be Available Until Twenty Four Hours Before The Bid Opening Date. Questions Relative To The Bidding Documents Shall Be Addressed To Keirston St. Amant At Kstamant@lafayettela.gov. Contractors Are Requested To Attend A Pre-bid Meeting, Which Will Be Held On January 21, 2025 At 12:00 Pm At The Lafayette Fire Station 12 Located At 2856 Verot School Road, Lafayette, La 70508. Each Bid Shall Be Accompanied By A Certified Check, Cashier’s Check, Or Bid Bond Payable To The Lafayette Consolidated Government, The Amount Of Which Shall Be Five Percent (5%) Of The Base Bid Plus Additive Alternates. If A Bid Bond Is Used, It Shall Be Written By A Surety Or Insurance Company Currently On The U.s. Department Of The Treasury Financial Management Service List Of Approved Bonding Companies Which Is Published Annually In The Federal Register, Or By A Louisiana Domiciled Insurance Company With At Least An A-rating In The Latest Printing Of The A.m. Best’s Key Rating Guide To Write Individual Bonds Up To Ten Percent (10%) Of Policyholders’ Surplus As Shown In The A.m. Best’s Key Rating Guide, Or By An Insurance Company In Good Standing Licensed To Write Bid Bonds Which Is Either Domiciled In Louisiana Or Owned By Louisiana Residents. The Bid Bond Shall Be Issued By A Company Licensed To Do Business In Louisiana. The Certified Check, Cashier’s Check, Or Bid Bond Shall Be Given As A Guarantee That The Bidder Shall Execute The Contract, Should It Be Awarded To Him, In Conformity With The Contract Documents Within Ten (10) Days. No Contractor May Withdraw Its Bid Prior To The Deadline For Submission Of Bids. Withdrawal Of Bids Thereafter Shall Be Allowed Only Pursuant To La R.s. 38§2214.c. Otherwise, No Bidder May Withdraw His Bid For At Least Forty-five (45) Days After The Time Scheduled For The Bid Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided Within The Specifications. The Successful Bidder Will Be Required To Execute Performance And Labor And Material Payment Bonds In The Full Amount Of The Contract As More Fully Defined In The Bid Documents. No Contractors May Withdraw His Bid For At Least Forty-five (45) Days After The Time Scheduled For The Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided With The Specifications. The Successful Contractor Will Be Required To Execute Performance And Labor And Material Payment Bonds In The Full Amount Of The Contract As More Fully Defined In The Bid Documents. Bids Will Be Evaluated By The Purchaser Based On The Lowest Responsible And Responsive Bid Submitted Which Is Also In Compliance With The Bid Documents. The Lafayette Consolidated Government Reserves The Right To Reject Any And All Bids For Just Cause In Accordance With La R.s. 38§2214.b. Contractors Or Contracting Firms Submitting Bids In The Amount Of $50,000.00 Or More Shall Certify That They Are Licensed Contractors Under Chapter 24 Of Title 37 Of The Louisiana Revised Statutes Of 1950 And Show Their License Number On The Front Of The Sealed Envelope In Which Their Bid Is Enclosed. Contractors Shall Be Licensed For The Classification Of “building Construction”. Bids In The Amounts Specified Above Which Have Not Bid In Accordance With The Requirements, Shall Be Rejected And Shall Not Be Read. Additional Information Relative To Licensing May Be Obtained From The Louisiana State Licensing Board For Contractors, Baton Rouge, Louisiana. The Lafayette Consolidated Government Strongly Encourages The Participation Of Dbes (disadvantaged Business Enterprises) In All Contracts Or Procurements Let By The Lafayette Consolidated Government For Goods And Services And Labor And Material. To That End, All Contractors And Suppliers Are Encouraged To Utilize Dbes Business Enterprises In The Purchase Or Sub-contracting Of Materials, Supplies, Services And Labor And Material In Which Disadvantaged Businesses Are Available. Assistance In Identifying Said Businesses May Be Obtained By Calling 291-8410. Purchasing Division Lafayette Consolidated Government Publish Dates: 1/15, 1/19, 1/26 Dpr 984399

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents 
Details: Introduction: The Department Of Veterans Affairs (va), Program Contracting Activity Central (pcac) Anticipates Soliciting Proposals And Subsequently Awarding A Single, Firm-fixed-price Contract For The Design-bid-build (dbb) Ehrm Infrastructure Upgrades Construction Project At The James E. Van Zandt Va Medical Center (vamc) Located At 2907 Pleasant Valley Blvd, Altoona, Pa 16602. project Description: This Electronic Health Record Management (ehrm) Upgrades Construction Project Will Replace The Entire Information Technology (it) Infrastructure On Campus, Including But Not Limited To, New Telecommunication Rooms, Fiber Optics (interior And Exterior), Renovating The Data Center, Re-cabling All Telecommunications Cabling With Cat6a, And Supporting Electrical And Hvac Infrastructure. administrative: The Solicitation Will Be Issued As A Request For Proposal (rfp) Conducted In Accordance With Far Parts 15, 19, And 36 And Will Be Evaluated In Accordance With The Lowest Priced Technically Acceptable (lpta) Procedures Listed In The Solicitation. The Solicitation Is Advertised As A Total Service-disabled Veteran-owned Small Business (sdvosb) Set-aside. Offers Received From Other Than Sdvosb Concerns Will Not Be Considered. The Applicable Naics Code Is 236220 With A Size Standard Of $45.0 Million. The Period Of Performance Is Approximately 730 Calendar Days From The Issuance Of The Notice To Proceed. The Magnitude Of Construction Is Expected To Be Between $20,000,000.00 And $50,000,000.00. All Questions Must Be Submitted In Writing To The Issuing Office Via Email To: Scott.elias@va.gov And Sherri.mitchell@va.gov. Telephone Calls Will Not Be Accepted.

Lafourche Parish School District Tender

Civil And Construction...+2Others, Civil Works Others
Corrigendum : Closing Date Modified
United States
Closing Date6 Mar 2025
Tender AmountRefer Documents 
Description: Lafourche Parish School Board: Hurricane Ida - Hvac Renovations At South Lafourche High School

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Closing Date6 Mar 2025
Tender AmountRefer Documents 
Details: The Regional Maintenance Center At Puget Sound Naval Shipyard And Intermediate Maintenance Facility (psns And Imf), Bremerton, Washington Intends To Award A Stand-alone Firm-fixed-price Contract To Accomplish Pierside Modernization Of Two (2) Naval Vessels, Twr-7 And Twr-8. Work Will Be Accomplished At The Contractors Facility.twr-7length: 85ftwidth: 21 Ft 6 Inage: 16 Yrshull Type: Aluminum Draft: 5 Ft 8 Infull Displacement: 95 Tons Light Load: 60 Tons Scope Overview: Coordinate With The Contracting Officer, Via The Contracting Officers Representative (cor) To Have Vessel Delivered To The Contractors Facility. Upon Docking Vessel, Wash, And Clean Vessel. Remove All Fendering And Sweep Blast Clean And Replace Any Broken Or Missing Studs And Related Hardware, As Well As Doubler Plating. Sweep Blast And Touch Up Underwater Hull. Remove And Install New Fwd Escape Hatches And Gaskets. Open, Clean And Inspect All Tanks And Voids Including Fuel, Cht And Potable Water Tanks. Touch Up Preservation Of Main Deck And Bulwarks And Pilot House. Install New Multi-cable Penetrations In The Pilot House Overhead. Accomplish Overhaul Of Bow Thruster And Related Testing. Overhaul Hydraulic Steering Rams And Related Testing. Remove, Clean And Inspect Shafts And Reinstall With New Seals And Bearings And Accomplish Related Testing. Replace Legacy Low Pressure Air Compressor And Related Piping System. Replace Hvac System And Related Piping. Clean And Inspect Main Engine Heat Exchangers. Overhaul And Test Genset Alternators. Flush, Clean And Inspect Chill Water Piping. Replace Hull Valves With New. Undock The Vessel. Conduct Sea Trials. Arrange And Coordinate The Delivery Of The Vessel Back To The Government With The Contracting Officer Via The Cor.twr-8length: 85 Ftwidth: 21 Ft 6 Inage: 16 Yrshull Type: Aluminum Draft: 5 Ft 8 Infull Displacement: 95 Tons Light Load: 60 Tons Scope Overview: Coordinate With The Contracting Officer, Via The Contracting Officers Representative (cor) To Deliver The Vessel To The Contractors Facility. Upon Docking Vessel, Wash, And Clean Vessel. Remove All Fendering And Sweep Blast Clean And Replace Any Broken Or Missing Studs And Related Hardware, As Well As Doubler Plating. Sweep Blast And Touch Up Underwater Hull. Remove And Install New Fwd Escape Hatches And Gaskets. Open, Clean And Inspect All Tanks And Voids Including Fuel, Cht And Potable Water Tanks. Touch Up Preservation Of Main Deck And Bulwarks And Pilot House. Remove Insulation And Install New Lagging And Insulation In The Pilot House Overhead. Repair Superstructure Door And Replace Gasket And Conduct Operational Test. Accomplish Overhaul Of Bow Thruster And Related Testing. Overhaul Hydraulic Steering Rams And Related Testing. Remove, Clean And Inspect Shafts And Reinstall With New Seals And Bearings And Accomplish Related Testing. Replace Legacy Low Pressure Air Compressor And Related Piping System. Clean And Inspect Main Engine Heat Exchangers. Overhaul And Test Genset Alternators. Flush, Clean And Inspect Chill Water Piping. Replace Hull Valves With New. Purchase And Install New Helm Chair. Undock The Vessel. Arrange And Coordinate The Delivery Of The Vessel Back To The Government With The Contracting Officer Via The Cor. The Contractors Facility Must Possess The Capability Of Accommodating Both Twr With The Dimensions As Stated Above. To Facilitate Proper Government Oversight, The Facility Shall Be Located In The Puget Sound, Wa Region. For This Procurement, The Puget Sound, Wa Region Is Defined As The West Coast Of The Continental Us, Starting From Olympia, Wa And Extending Northward To Bellingham, Wa. The Expected Period Of Performance Is Scheduled To Be 03 June 2025 To 21 November 2025.the Government Is Contemplating A 100% Small Business Set-aside Under The North American Industry Classification System (naics) 336611, Size Standard 1,300 Employees. The Government Intends To Post A Request For Proposals In January/february 2025 And Anticipates Award Of The Firm-fixed Price, Stand-alone Contract In April 2025 To The Responsible Contractor On A Lowest Price, Technically Acceptable Basis In Accordance With, But Not Limited To, The Federal Acquisition Regulation (far) 15.101-2. Offerors Can View And/or Download The Draft Notional Work Specifications For Review At Https://www.sam.gov.all Offerors Must Be Registered With The System For Award Management (sam) To Receive Award Of Government Contracts. Offerors Are Advised Also That Sam Representations And Certifications Can Be Completed Electronically Via The System For Award Management Website At Https://www.sam.gov. 02/18/2025: Amendement 0001 Posted. Update To Twr-7 Statement Of Work To Include Errata One. Sow Attached And Labeled As C9. No Change To Proposal Due Date.

Lafayette Consolidated Government Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Closing Soon20 Feb 2025
Tender AmountRefer Documents 
Details: Notice To Contractors Notice Is Hereby Given That Sealed Bids Will Be Received Either Electronically At Www.centralbidding.com Or In The Office Of The Purchasing Division At The Lafayette Consolidated Government Building, Located At 705 West University Avenue, Lafayette, Louisiana, Until 4:00 Pm Central Time On The 13th Day Of February 2025 For The Following: Lafayette Fire Station 13 Roof Replacement And Interior And Exterior Water Damage Repairs And Will, Shortly Thereafter, Be Opened And Read Aloud In The Council Briefing Room Located At 705 West University Avenue, Lafayette, La. Bids Received After The Above Specified Time For Opening Shall Not Be Considered And Shall Be Returned Unopened To The Sender. Bidders Are Encouraged To Call Into The Bid Openings At The Following Phone Number 337-291-5100. Scope Of Services: Scope Of Work Includes, But Is Not Limited To, Renovation Of The Interior Of The Building By Removals And Replacement Of Existing Ceilings, Light Fixtures, And Hvac Ductwork. Paint Interior. Installation Of New Spray Foam Insulation At Existing Roof Deck. Installation Of Retrofit Standing Seam Metal Roof And Metal Soffits. Coating Existing Exterior Wall Finishes. Work Shall Be Completed Within 150 Calendar Days. In Accordance With Louisiana Rs 38:2212., Vendors May Submit Their Bid Electronically At The Website Listed Above. Bidding Documents Are Available To View Only At The Website. Bidders May Request The Electronic Bid Package From Keirston St. Amant At Kstamant@lafayettela.gov. Bidders Wishing To Submit Their Bid Electronically Must First Be Registered Online With Lafayette Consolidated Government As A Potential Supplier At The Website Listed Above. Bidders Submitting Bids Electronically Are Required To Provide The Same Documents As Bidders Submitting Through The Mail As Soon As Available. Only A Bid Bond, Certified Check Or Cashier’s Check Shall Be Submitted As The Bid Security. Electronic Copies Of Both The Front And Back Of The Check Or Bid Bond Shall Be Included With The Electronic Bid. Bids Must Be Signed In Accordance With Lrs Title 38:2212(b)5. A Corporate Resolution Or Certificate Of Authority Authorizing The Person Signing The Bid Is Required To Be Submitted With Bid. Failure To Submit A Corporate Resolution Or Certificate Of Authority With The Bid Shall Be Cause For Rejection Of Bid. Copies Of The Bidding Documents Are Available At The Office Of Purchasing Located At 705 West University Avenue, Lafayette, La 70502 Upon Payment Of $88.97 (eighty-eight Dollars And 97/100) Per Set, Non-refundable. Note: No Cash Will Be Accepted - Only Checks Or Money Orders Made Payable To Lafayette Consolidated Government. Bid Documents Shall Be Available Until Twenty Four Hours Before The Bid Opening Date. Questions Relative To The Bidding Documents Shall Be Addressed To Keirston St. Amant At Kstamant@lafayettela.gov. Contractors Are Requested To Attend A Pre-bid Meeting, Which Will Be Held On January 21, 2025 At 10:00 Am At The Lafayette Fire Station 13 Located At 6507 Johnston Street, Lafayette, La 70503. Each Bid Shall Be Accompanied By A Certified Check, Cashier’s Check, Or Bid Bond Payable To The Lafayette Consolidated Government, The Amount Of Which Shall Be Five Percent (5%) Of The Base Bid Plus Additive Alternates. If A Bid Bond Is Used, It Shall Be Written By A Surety Or Insurance Company Currently On The U.s. Department Of The Treasury Financial Management Service List Of Approved Bonding Companies Which Is Published Annually In The Federal Register, Or By A Louisiana Domiciled Insurance Company With At Least An A-rating In The Latest Printing Of The A.m. Best’s Key Rating Guide To Write Individual Bonds Up To Ten Percent (10%) Of Policyholders’ Surplus As Shown In The A.m. Best’s Key Rating Guide, Or By An Insurance Company In Good Standing Licensed To Write Bid Bonds Which Is Either Domiciled In Louisiana Or Owned By Louisiana Residents. The Bid Bond Shall Be Issued By A Company Licensed To Do Business In Louisiana. The Certified Check, Cashier’s Check, Or Bid Bond Shall Be Given As A Guarantee That The Bidder Shall Execute The Contract, Should It Be Awarded To Him, In Conformity With The Contract Documents Within Ten (10) Days. No Contractor May Withdraw Its Bid Prior To The Deadline For Submission Of Bids. Withdrawal Of Bids Thereafter Shall Be Allowed Only Pursuant To La R.s. 38§2214.c. Otherwise, No Bidder May Withdraw His Bid For At Least Forty-five (45) Days After The Time Scheduled For The Bid Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided Within The Specifications. The Successful Bidder Will Be Required To Execute Performance And Labor And Material Payment Bonds In The Full Amount Of The Contract As More Fully Defined In The Bid Documents. No Contractors May Withdraw His Bid For At Least Forty-five (45) Days After The Time Scheduled For The Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided With The Specifications. The Successful Contractor Will Be Required To Execute Performance And Labor And Material Payment Bonds In The Full Amount Of The Contract As More Fully Defined In The Bid Documents. Bids Will Be Evaluated By The Purchaser Based On The Lowest Responsible And Responsive Bid Submitted Which Is Also In Compliance With The Bid Documents. The Lafayette Consolidated Government Reserves The Right To Reject Any And All Bids For Just Cause In Accordance With La R.s. 38§2214.b. Contractors Or Contracting Firms Submitting Bids In The Amount Of $50,000.00 Or More Shall Certify That They Are Licensed Contractors Under Chapter 24 Of Title 37 Of The Louisiana Revised Statutes Of 1950 And Show Their License Number On The Front Of The Sealed Envelope In Which Their Bid Is Enclosed. Contractors Shall Be Licensed For The Classification Of “building Construction”. Bids In The Amounts Specified Above Which Have Not Bid In Accordance With The Requirements, Shall Be Rejected And Shall Not Be Read. Additional Information Relative To Licensing May Be Obtained From The Louisiana State Licensing Board For Contractors, Baton Rouge, Louisiana. The Lafayette Consolidated Government Strongly Encourages The Participation Of Dbes (disadvantaged Business Enterprises) In All Contracts Or Procurements Let By The Lafayette Consolidated Government For Goods And Services And Labor And Material. To That End, All Contractors And Suppliers Are Encouraged To Utilize Dbes Business Enterprises In The Purchase Or Sub-contracting Of Materials, Supplies, Services And Labor And Material In Which Disadvantaged Businesses Are Available. Assistance In Identifying Said Businesses May Be Obtained By Calling 291-8410. Purchasing Division Lafayette Consolidated Government Publish Dates: 1/15, 1/19, 1/26 Dpr 984400

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+3Others, Electrical and Electronics, Electrical Works
Corrigendum : Closing Date Modified
United States
Closing Soon25 Feb 2025
Tender AmountRefer Documents 
Description: 679-22-106 Replace Hvac Various Buildings
391-400 of 602 active Tenders