Hvac Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Details: Introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Electronic Health Record Modernization (ehrm) Infrastructure Upgrades Construction Project At The Lexington Leestown Va Medical Center, Sousley Campus.
project Description:
the Lexington Leestown Vamc Is Seeking A General Contractor To Furnish All Labor, Materials, Equipment, And Supervision And Perform All Work Necessary To Complete The Ehrm Infrastructure Upgrades Construction Project. Work Includes General Construction, Alterations, Telecommunications, Electrical, Hvac, Plumbing, Hazardous Waste Removal And Other Disciplines As Required To Complete The Scope Of This Project. Project Involves Expansion Of Existing Telecommunication Rooms (tr S), Power Upgrades, Replacement Of Data Cabling With Cat6a, Renovation Of Existing Data Center To Include Power / Data / Equipment / Hvac. All Work Is To Be Performed In Accordance With The Drawings And Specifications.
procurement Information:
the Proposed Project Will Be A Competitive Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued As An Invitation For Bids (ifb) In Accordance With Far Part 14 Or A Request For Proposals (rfp) In Accordance With Far Part 15. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socioeconomic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In Early June 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000 And $50,000,000 (lower End Of This Range). The Applicable North American Industry Classification System (naics) Code Is 236220 With A Size Standard Of $45 Million. The Duration Of The Project Is Currently Estimated At 660 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction-related Labor, Materials, And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capabilities Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1 (cover Page): Include A Cover Page That Provides, At A Minimum, Company Name, Address, Sam Uei Number, Socioeconomic Status, And Point Of Contact Name, Phone Number, And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran-owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project.
section 4: Provide The Prime Contractor S Available Bonding Capacity (single Project And Aggregate) In The Form Of A Letter Of Intent From Your Bonding Company.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of Similar Requirements. This Section Is Important As It Will Help To Determine The Type Of Socioeconomic Set-aside, If Any. Please Provide The Following Information:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Scope, And Complexity To This Requirement. Include The Project Name, Project Owner And Their Contact Information, Project Scope, Project Size (e.g., Square Footage), Building Use (e.g., Medical Facility, Office Building, Etc.), Project Dollar Value, And Start And Completion Dates.
describe Specific Technical Skills And Key Personnel Your Company Possesses To Perform The Requirements Listed Under The Description Of Work.
describe Your Self-performed* Effort (specify As Either Prime Or Subcontractor) In Terms Of Dollar Value And Work Completed. *self-performed Means Work Performed By The Offeror Themselves Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single, Application-generated (not Scanned) Pdf Document That Is 4mb Or Less. Hard Copies Will Not Be Accepted. Responses Must Be Emailed To The Primary Point Of Contact Listed On Page 1 By 1:00 Pm Et On May 1, 2025. The Subject Line Of The Email Must Include The Sources Sought Number And Project Title. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Notice Will Not Be Considered A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government, Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
currently, No Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released, It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
Closing Date1 May 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: Facility Condition Assessment (fca) Deficiencies Corrections Repairs, Mill Springs National Cemetery.
the Price Schedule Is Hereby Change Delete Sub-clin I Through Xiii In Its Entirety.
price Schedule Modified From From:
Price/cost Schedule
item Information
clin
description
quantity
unit
unit Price
amount
0001
861cm30111
1.00
jb
$__________________
$__________________
base Bid
all Work Shown Or Specified Within The Drawings And Specifications.
the Contractor Shall Provide All Management, Supervision, Labor, Materials, Equipment, Parts, Tools, Etc., Required, And Necessary To Complete And Provide Construction Services To Correct Cemetery Facility Condition Assessment (fca) Deficiencies, As Stated And Described Herein, At Mill Spring National Cemetery.
the Contract Period Of Performance (pop) Is Two Hundred And Seventy (270) Calendar Days From Issuance Of The Government S Notice To Proceed Letter.
notice: A Contract Award Will Be Made To The Responsible Bidder Who Submitted The Lowest Responsive Bid For All Work Specified. A Single Award Will Be Made On The Grand Total Base Bid Amount For All Work, Inclusive Of The Thirteen (13) Stated Items. Bidder Must Provide A Breakdown Cost For Each Of The Below Listed Items (which Will Be Included In The Grand Total Base Bid Amount).
grand Total Base Bid Amount
$__________________
description
quantity
unit
amount
item I
1.00
jb
$__________________
maintenance Building 3001 Hvac: Work Includes Updating, Repairing, And Replacing Hvac System As Well As Installing An Air Handling Unit
item Ii
1.00
jb
$__________________
maintenance Building 3001 Lightning Protection: Work Includes Repairing Lightning Protection
item Iii
1.00
jb
$__________________
maintenance Building 3001 Insulation: Work Includes Installing Attic Fiberglass Insulation Between The Attic Wood Rafters
item Iv
1.00
jb
$__________________
maintenance Building 3001 Accessibility: Work Includes Removal Of Existing Ramp And Railings And Replace With New Concrete Ramp And Ramp And Railing
item V
1.00
jb
$__________________
maintenance Building 3001 Signage: Work Includes Installing Exterior Identification Signage
item Vi
1.00
jb
$__________________
site Conditions Road Repairs: Work Includes Mill And Re-surface Around North Drive, East Drive, South Drive, And Center Drive See Civil Site Plan
item Vii
1.00
jb
$__________________
site Conditions Guardrail/signage: Work Includes Installing Post And Chain From East Of Pow/mia Flagpole To Committal Shelter One Area As Well As Site Wayfinding For Pow/moa Assembly Area
item Viii
1.00
jb
$__________________
site Conditions Irrigation: Work Includes Installing New Irrigation System Per Plans In Areas Of Section A Through M .
item Viiii
1.00
jb
$__________________
site Conditions Drainage: Work Includes Removal Of Trees And Debris In Two Drainage Ditches Northeast Of Maintenance Building And Burial Sections And Reconstruct With Rip Rap And Filter Fabric Lined Ditches Per Plans And Specs
item X
1.00
jb
$__________________
site Conditions Flower Watering Stations: Work Includes The Removal Of Two Older Model Flower Watering Stations And Replacing With Standard Flower Watering Station With Flower Vase And Trash Receptacles
item Xi
1.00
jb
$__________________
site Conditions Monuments/private, Non-military Headstones: Work Includes Repairing Monuments / Private Non-military Headstones
item Xii
1.00
jb
$__________________
site Conditions Committal Shelter: Work Includes Demolition Of The Existing Committal Shelter Down To The Ground Surface And The Demolition Of The Concrete Pad And Railing Adjacent To Rock Retaining Wall. Retaining Wall Is To Be Protected During Demolition For Reuse. Clean And Repoint Mortar In Face Of Retaining Wall. Install New Safety Railing. Work Also Includes Placement Of New Hardscape Seating Area, Benches, Sidewalk And Landscaping As Specified In The Civil Site Plan
item Xiii
1.00
jb
$__________________
site Conditions Wayfinding/signage: Work Includes Installation, Repair Or Replacement For Signage. Military Service Seals At The New Committal Shelter In The Expansion Area Are To Be Removed And Repositioned With Addition Of A New U.s. Space Force Seal. Install Per Plans And Specs
price Schedule Changes To:
Price/cost Schedule
item Information
clin
description
quantity
unit
unit Price
amount
0001
861cm30111
1.00
jb
$__________________
$__________________
base Bid
all Work Shown Or Specified Within The Drawings And Specifications.
the Contractor Shall Provide All Management, Supervision, Labor, Materials, Equipment, Parts, Tools, Etc., Required, And Necessary To Complete And Provide Construction Services To Correct Cemetery Facility Condition Assessment (fca) Deficiencies, As Stated And Described Herein, At Mill Spring National Cemetery.
the Contract Period Of Performance (pop) Is Two Hundred And Seventy (270) Calendar Days From Issuance Of The Government S Notice To Proceed Letter.
notice: A Contract Award Will Be Made To The Responsible Bidder Who Submitted The Lowest Responsive Bid For All Work Specified. A Single Award Will Be Made On The Grand Total Base Bid Amount For All Work, Inclusive Of The Thirteen (13) Stated Items. Bidder Must Provide A Breakdown Cost For Each Of The Below Listed Items (which Will Be Included In The Grand Total Base Bid Amount).
grand Total Base Bid Amount
$__________________
Closing Date7 Apr 2025
Tender AmountRefer Documents
Texas Comptroller Of Public Accounts - TCPA Tender
Civil And Construction...+2Others, Building Construction
United States
Details: Class-item Description 906-08 Automation; Controls; Instrumentation, Architectural Services 906-30 Fire Protection, Architectural Services 906-44 Heating; Ventilating, Air Conditioning – Architectural Services 906-78 Security Systems – Architectural 906-92 Utilities, Gas, Steam, Electric, Architectural Services 925-07 Air Conditioning, Heating And Ventilating Engineering 925-22 Control Systems Engineering 925-95 Utilities, Gas, Steam, Electric Engineering 961-14 Commissioning Of Facilities Service, Functional And Pre-functional 992-15 Air Quality Monitoring Equipment Testing And Calibration Services 992-39 Electrical Systems Testing Services 992-47 Hvac System Testing, Balancing And Troubleshooting Services 992-55 Miscellaneous Testing And Calibration Services Scope: In Accordance With The Provisions Of Texasgovernment Code, Chapter 2254, Subchapter A, Professional Services, And Rulesand Procedures Adopted By The Texas Facilities Commission (tfc), Tfc Isrequesting Submittal Of Qualifications To Provide Professional Whole Buildingcommissioning Services For Project #24-047-4006, The Tslac Archives And Recordscenter In Pflugerville, Texas, To Support The Successful Execution Andcompletion Of Programming, Design, Construction And Project Closeout. Contractterm: It Isthe Intention Of Tfc To Award A Contract For Professional Buildingcommissioning Services For The Term Of The Project. Services Undertakenpursuant To This Rfq Will Be Required To Commence Within Ten (10) Calendar Daysof Delivery Of A Notice To Proceed. The Preliminary/targeted Pre-constructionperiod Is In Progress And Estimated To Be Complete By April 2026 And Theconstruction Period Is Estimated To Begin October 2025. The Total Contract Termis Projected For Seven Hundred Forty-two (742) Calendar Days. Statementof Work: 1.thecxa Services Includes, But Is Not Limited To, Review Of Design Documents,provision Of Commissioning Specification To Engineer Of Record (eor),coordination And Witnessing Of Equipment Testing, Witness, Verification Anddocumentation Of Correctly Operating Equipment, Controls System And Life Safetysystems, Review Of Tab Report, Coordination With Tfc And The Design-build Teamto Address Issues Identified During All Phases. 2.the Cxa Will Work Closely With Tfc/pmf And Collaborate With The Design-buildteam, And Subcontractors During All Phases Of The Project, As Described Incontract. Tfc Shall Promptly Communicate With Pertinent Parties, Includingtopics Regarding Information Needs And Responses To Needs Of Other Parties. 3.provide Enhanced Commissioning Services For Design, Construction,post-construction, And Warranty Phases Necessary And/or Reasonably Inferablefrom Attachment F – “program Validation Report Date 12/6/24”andattachment D, Professional Services Agreement Template. 4.develop And Update Commissioning Plan Throughout Project. 5.develop And Update Commissioning Specifications. 6.provide Design And Submittal Reviews, Commissioning Related Documents Toincorporate Into The Construction Documents, Installation Verification,functional Performance Testing, And Operations And Maintenance (o&m)training To Ensure The Project Requirements. 7.provide Input On The Overall Master Schedule Where Commissioning Related Tasksare To Be Performed. 8.develop Procedures For An Issues Log To Track All Commissioning Related Issues,deficiencies, And Resolutions. 9.provide A Final Commissioning Report. 10.summary Of Systems Commissioned: Attachmentf “program Validation Report Date 12/6/24”. Agent Shall Commission Allelectrical, Mechanical, And Building Envelope Systems For The Entire Project Toinclude But Not Limited To The Following: A.wet, Dry And Chemical Pipe Sprinkler Systems B.fire & Smoke Detection System And Integration With Other Systems C.alarm Systems D.plumbing Systems E.hvac & Ventilation Systems F.package Chillers G.building Envelope/enclosure Systems H.all Electrical Systems I.all Low Voltage Systems (fire Alarm, Data, Safety & Security) Mandatorypre-submittal Teleconferences: The Mandatory Pre-submittal Conferences Willbe Held On Tuesday, April 22, 2025 At 10:00 Am And Wednesday, April 23, 2025 At10:00 Am. Pre-registration Is Requiredto Participate In The Teleconference. Respondents Must Have An Employee Oftheir Firm Attend At Least One (1) Of The Two (2) Scheduled Pre-submittalteleconferences. Tfc Shall Reject Submittals Submitted By Firms That Didnot Attend One Of The Mandatory Pre-submittal Conferences. Tfc Is Using The Eprocurement System Bonfire. Respondents Must Register For A Bonfireaccount (no Charge) To Submit A Response. Respondents Must Submit Their Responses/submittals At The Followinglink: Https://tfcstate.bonfirehub.com/opportunities/180534 Schedule Ofevents: Tfc Reserves Theright To Change The Dates Shown Below. Event Date Issue Rfq 4/7/2025 Mandatory Pre-submittal Conference 4/22/2025 Tuesday, 10:00 Am (or) Mandatory Pre-submittal Conference 4/23/2025 Wednesday. 10:00 Am Deadline For Submission Of Questions 4/29/2025 Deadline For Submission Of Qualifications & Hsp 5/06/2025 Tuesday @ 3:00 Pm Notification To Interview 5/16/2025 If Interviews Are Not Required By Tfc Award By Commission 6/19/2025 Execute Contract 7/15/2025 If Interviews Are Required By Tfc Interviews Of Short-listed Firms 5/27/2025 Award By Commission 6/19/2025 Execute Contract 7/15/2025 Thisrequest For Qualifications (rfq) Is Posted On The Electronic State Businessdaily (esbd) Located On The Texas Comptroller Of Public Accounts’ Web Pagelocated At Https://www.txsmartbuy.com/esbddetails/view/0004692 Thiswebsite Will Have The Most Current Information During The Solicitation.
Closing Date6 May 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Description: Introduction:
this Is Not A Request For Proposals, Quotations, Or Bids. No Solicitation Is Currently Available.
the Department Of Veterans Affairs (va), Program Contracting Activity Central (pcac) Anticipates Soliciting Proposals And Subsequently Awarding An Indefinite-delivery Indefinite-quantity (idiq) Construction Multiple Award Task Order Contract (matoc) For Visn 8 For Caribbean Va Healthcare System (vahcs). This Idiq Matoc Will Cover Major Medical Facilities And Other Various Related Off-site Va Medical Facilities In The Puerto Rico (pr) And Virgin Island (vi) Regions. (idiq Matoc Caribbean). The Main Visn 8 Caribbean Vahcs Facilities Covered Under This Matoc Are:
arecibo Va Clinic, Pr
ceiba Va Clinic, Pr
comerio Va Clinic, Pr
euripides Rubio Department Of Veterans Affairs Outpatient Clinic, Pr
guayama Va Clinic, Pr
mayaguez Va Clinic, Pr
saint Croix Va Clinic, Vi
saint Thomas Va Clinic, Vi
san Juan Va Medical Center, Pr
utuado Va Clinic, Pr
vieques Va Clinic, Pr
project Description:
general Project Descriptions And Specifications Shall Be Derived From The Terms And Conditions Of Each Individual Task Order (to) That Is Issued To Execute A Construction Project. The Matoc Will Cover All Construction Projects. The Work May Consist Of Multiple Disciplines Of Construction, And May Include But Not Be Limited To The Following Categories Of Work: Construction, Repair And Alteration Of Facilities, Interior And Exterior Renovations, Heating And Air-conditioning, Hvac Controls, Plumbing, Fire Suppression, Interior And Exterior Electrical And Lighting, Fire And Intrusion Alarms, Communications, Limited Utilities, Site-work, Landscaping, Fencing, Masonry, Roofing, Concrete, Asphalt Paving, Painting, Storm Drainage, Limited Environmental Remediation, Concrete And Asphalt Paving, Demolition Of Facilities, Construction Of New Facilities, Construction Of New Usable Square Footage, And Other Construction-related Work.
tos May Have Any Of The Following Pscs:
y1da Construction Of Hospitals And Infirmaries
y1db Construction Of Laboratories And Clinics
y1dz Construction Of Other Hospital Buildings
y1lz Construction Of Parking Facilities
z1da Maintenance Of Hospitals And Infirmaries
z1db Maintenance Of Laboratories And Clinics
z1lz Maintenance Of Parking Facilities
z1dz Maintenance Of Other Hospital Buildings
z2da Repair Or Alteration Of Hospitals And Infirmaries
z2db Repair Or Alteration Of Laboratories And Clinics
z2dz Repair Or Alteration Of Other Hospital Buildings
z2lz Repair Or Alteration Of Parking Facilities
special Contracting Considerations:
the Prevailing Wage Determination For Puerto Rico Is Not Applicable For This Contract. The Wage Rate Requirements (construction), Formerly Known As Davis-bacon Act (dba) Does Not Apply To Federal Construction Contracts In Guam, Puerto Rico, The U.s. Virgin Islands Or Other Territories.â However, Some Related Acts Which Provide Federal Assistance To Local Government Bodies In These Territories Do Require The Payment Of Prevailing Wage Rates.
federal Highway Administration Grants To States For The Reconstruction Of Roads And Bridges Under The Federal Aid To Highways Act.
u.s. Department Of Housing And Urban Development Financing For The Construction Of Low-income Residences On Housing Authority Projects Through Fha Mortgage Insurance Under The National Housing Act.
department Of Education Esser Grants For Construction Of Schools Under The Elementary And Secondary Education Act Of 1965.
department Of Energy Weatherization Assistance Program Grants Funded By The Infrastructure Investment And Jobs Act.
daylight Savings Time:â No Daylight-saving Time Is Observed In Puerto Rico
puerto Rico Christmas Bonus Law: Puerto Rico Christmas Bonus Law No. 148 Of June 30, 1969, As Amended, Is Applicable To All Businesses Working In Puerto Rico.
payment Of Municipality Taxes In Puerto Rico:â the Contractors Shall Be Responsible For All Municipality Taxes Also Known As Arbitrios Municipales And Patents For All Construction Projects, When A Proposal Is Submitted To The Department Of Veterans Affairs, Va Caribbean Healthcare System, Puerto Rico.â Each Contractor Shall Make An Assessment With The Centro De Recaudaciones E Ingresos Municipales Known As Crim From The Commonwealth Of Puerto Rico.â The Contractors Shall Be Responsible To Find Out The Applicable Municipality Construction Taxes And Patents Where The Construction Project Will Be Performed With Each Local Government Offices (i.e. San Juan, Ponce, Mayaguez, Etc.). If The Contractor Fails To Include The Applicable Municipality Construction Taxes And Patents With Their Proposed Cost/price Proposal, The Contractor Will Be Solely Responsible For The Omitted Cost/price.
administrative:
the Solicitation Will Be Issued As A Request For Proposal (rfp) Conducted In Accordance With Federal Acquisition Regulation (far) Parts 15, 16, And 36 And Will Be Evaluated In Accordance With The Procedures Listed In The Solicitation. The Solicitation Will Be 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 Million. The Solicitation Will Be Issued Around May 2025. The Ordering Period Of The Idiq Matoc Will Be Five Years. Each Task Order Will Have Its Own Period Of Performance Established.
the Minimum Guarantee Is $1,000.00. The Minimum Guarantee Will Be Satisfied With The Award Of Task Order 1, Which Will Be Awarded Simultaneously With The Pcac Visn 8 Construction Idiq Caribbean Contract. The First Task Order For All Awardees Will Be A Mobilization/kick-off Meeting.
the Maximum Overall Contract Value For The Life Of This Idiq Matoc Is $700,000,000. The Maximum Of $700,000,000 Applies Collectively To All Awarded Idiqs, And All Idiq Holders Will Share In The $700,000,000 Maximum Contract Value.
the Vaar Magnitude Of Construction For Each To Will Be Between $1,000 And $50,000,000.
far Requires That Federal Contractors Register In The System For Award Management (sam) Database At Https://sam.gov/ And Enter All Mandatory Information Into The System. Offerors Are Required To Be Registered In Sam At The Time An Offer Is Submitted And At Award In Order To Comply With The Annual Representations And Certifications Requirements (see Far 52.204-7).
all Sdvosbs Must Be Listed As Certified By The Small Business Administration (sba) Veteran Small Business Certification (vetcert). Offerors Must Be Certified In The Sba Vetcert Database Veteran Small Business Certification (sba.gov) At The Time Of Proposal Submission And At The Time Of Award.
this Notice Is Not A Request For Competitive Offers. All Questions Must Be Submitted In Writing To The Issuing Office Via Email To Jacquelyn.wise@va.gov And Katherine.gibney@va.gov. Telephone Calls Will Not Be Accepted.
-end-
Closing Date16 May 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
United States
Description: This Is A Sources Sought Synopsis. The Agency Is Seeking Any And All Interested, Eligible And Qualified Sources (all Veteran-owned Small Businesses). This Announcement Seeks Information From The Industry, Which Will Be Used For Preliminary Planning Purposes. No Proposals Are Being Requested Or Accepted With His Synopsis. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Synopsis. Respondents Will Not Be Notified Of The Results Of This Synopsis. The Project Requirements: 1.0 Introduction The Department Of Veterans Affairs (va) Medical Center Requires The Replacement Of The Existing Saflok Lodging Electronic Lock System, Which Is End Of Life. This Project Will Replace The Current System By Expanding And Integrating The Facility S Rs2 Technologies Access Control System (acs) To Enhance Security Through Additional Card Readers, Electric Strikes, And Supporting Infrastructure. The Contractor Shall Provide All Necessary Personnel, Equipment, Materials, Tools, And Supervision To Perform The Work In Accordance With Va Policies And Industry Standards. 2.0 Scope Of Work The Contractor Shall Remove And Properly Dispose Of All Equipment From The Existing Saflok Lodging Electronic Lock System As Part Of The System Replacement. All Disposals Shall Be In Accordance With Applicable Federal, State, And Local Regulations. The Contractor Shall Perform The Following Tasks: 2.1 System Expansion, Installation, And Removal Provide And Install An Addition To The Existing Rs2 Technologies Acs In It Room 114 To Manage 28 Additional Interior Bedroom Doors, Replacing The Legacy Saflok Lodging Electronic Lock System. Install Proximity Card Readers And Electric Strikes On 28-bedroom Doors Utilizing The Existing Mortise Locksets. Provide And Install Two Life Safety Enclosures To House Rs2 Technologies Door Control Panels: First Floor: Recycle Room 122. Second Floor: Storage Room 209. Install And Route Rs485 Communication Cable From It Room 114 To Both Life Safety Enclosures. 2.2 Reader Upgrades Replace Two Existing Proximity Readers With Hid Signo Readers: Vestibule Entrance/exit (door 100). Dining Entrance/exit (door 112). Replace The Existing 4-conductor Cable With A New 6-conductor Cable. 2.3 Credentialing & Configuration Provide 200 Hid Prox Ii Proximity Badges. Program And Configure The Access Control System, Ensuring Full Functionality Of The Installed Hardware. 2.4 Project Management Assign A Dedicated Project Manager To Oversee Implementation, Coordinate With Va Personnel, And Provide Periodic Progress Updates. Develop An Implementation Schedule And Maintain Adherence To Project Timelines. Conduct System Testing And Provide A Final Acceptance Report. 3.0 Deliverables Fully Installed And Operational Rs2 Technologies Acs Expansion Replacing The Existing Saflok System. Hid Signo Reader Replacements At Designated Locations. Complete System Programming And Testing. Provision Of 200 Proximity Badges. Final Project Report Detailing Installation And Verification Results. 4.0 Period Of Performance The Period Of Performance Shall Be 90 Days, Commencing Upon Contract Award And Notice To Proceed (ntp). 5.0 Quality Assurance The Contractor Must Ensure That The New Access Control System And All The Required Electrical And Mechanical Components Meet Industry Standards And Project Specifications. All Work Must Be Inspected And Approved By The Designated Va Cor. Warranty The Contractor Shall Provide A Minimum One-year Warranty On All Parts, Labor, And Workmanship Associated With The Installation Of The New Submersible Pump. Safety And Infection Prevention The Contractor Shall Be Thoroughly Familiar With The Rules And Regulations Governing Safety. A 30-hour Osha Competent Person Shall Be Present For All Work And All Additional Workers Shall Have A Minimum 10-hour Osha Certification. All Skilled Trades Workers Performing Work For This Project Shall Have A Valid Certification For The Work And Tasks Being Performed. The Contractor Shall Submit A Hot Work Permit For Any Work That Involves Metal Cutting, Welding, Brazing, Grinding, Soldering Or Chemical Welding. The Contractor Shall Also Establish Barriers While Conducting Hot Work In Areas Near Pedestrian Or Vehicle Traffic. The Contractor Shall Confine All Operations (including Storage/staging Of Materials) On Government Premises To Areas Authorized By The Cor. The Contractor Cannot Use Interstitial Spaces Or Mechanical Rooms As Storage Space. Contractors Are Responsible For Storing Their Tools, Equipment And Materials Either In Conex Containers On The F Lot Or At The Cold Spring Road Va Facility. The Contractor Is Required To Provide All Safety Measures To Re-route/guide Pedestrians And Vehicles While Restricting Or Blocking Routes Or Entrances By Means Of Signs, Cones, Fences, Etc. Coordination With The Cor And/or Va Police Shall Be Required Prior To Restrictions Or Closures. The Richard L. Roudebush Vamc Is A Smoke-free Facility, And It Is The Contractor S Responsibility To Maintain The Compliance To This Policy At Construction Locations. All Work Associated With This Project Shall Be In Compliance With All Va Regulations Concerning Safety, Infection Control, Interim Life Safety, Personnel Access, And Proper Removal/safe Disposal Of Construction Waste And Debris. The North American Industry Classification (naics) Code For This Potential Acquisition Is 238210 - Electrical Contractors And Other Wiring Installation Contractors. The Magnitude Of This Construction Project Will Be Between $25,000 And $100,000. Interested Parties Responding To This Sources Sought Notice Shall Submit As Much Of The Following Information As Possible: Company Name And Address, Point Of Contact With Phone Number, Email Address And Duns Number; Proof Of Registration In The Sam. If A Small Business, There Should Be An Applicable Sba Record Or Intent To Register Before Submitting Bids For Potential Solicitation. Capability Statement And Certification (i.e., Hvac, Plumbing, Electrical, Etc.) If Your Firm Has A History Or Is Contemplating Joining With A Partner For This Requirement, We Ask That You Detail That Arrangement As Well To Allow The Government To Make The Most Well-informed Decision Possible. In This Event, We Advise That You Thoroughly Investigate Whether Or Not A Partnership Would Affect Your Business Size Standard. The Response Date To This Sources Sought Notice Is April 30, 2025, At 11:00 Am Eastern Time. Hard Copy Submissions Are Not Acceptable. The Government Will Not Pay Any Costs For Responses Submitted. Electronic Submissions Are Acceptable And May Be Directed To Eric.sweatt@va.gov. All Inquiries Regarding This Sources Sought Notice Should Be Directed To The Same Email Address. No Additional Information Is Available Other Than What Is Noted Herein. Concerns Are Requested Not To Call The Individual Va Medical Centers, Requesting More Information.
Closing Date30 Apr 2025
Tender AmountRefer Documents
Establishments And Organizations Of Higher Education, Research And Innovation Tender
Others...+1Civil And Construction
France
Details: The purpose of this consultation is a mission of amo for the launch and monitoring of an operating maintenance contract for heating systems and HVAC and DHW distribution networks in establishments managed by the Crous Lorraine. The amo will have to support the Crous de Lorraine in the different phases of this operating maintenance market.
Closing Date26 Mar 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: This Sources Sought Is Being Issued On A Market Research Basis In Accordance With Federal Acquisition Regulation (far) Part 10. Prospective Vendors Are Encouraged To Provide Any Available Pricing Or Technical Information, However No Responses To This Notice Will Constitute As An Official Quote, Offer, Or Agreement With The Government At This Time In Accordance With Far 15.201(e).
portsmouth Naval Shipyard Seeks To Identify Entities Capable Of Performing Repairs To A 260’ Working And Planning Barge Located At Naval Submarine Base New London In Groton, Ct. Government-furnished-property Procedures Will Not Be Authorized, All Work Shall Be Performed On-site. Performance Is To Be Conducted In Accordance With The Statement Of Work Attached To This Notice.
major Work Items:
item No: 401-11-001: Modernization Of The Flooding Alarm System;
item No: 416-11-001: Installation Of The New Fire Alarm;
item No: 533-11-001: Replacement Of Drinking Fountains;
item No: 593-11-001: Cleaning And Preservation Of The Cht Tank And Sump;
item No: 512-11-002: Repair Of The Hvac Mod Split System;
responses Should Minimally Include The Following Information:
company Name And Cage Code As Reflected In Its Current Sam Registration
business Size & Business Type
point Of Contact (poc) (name, Telephone Number, Email Address, Street Address)
company’s Capability Statement, Related Marketing Materials, Or Confirmation Of The Ability To Perform The Major Work Items Listed Above
responses Shall Be Limited To Four (4) Pages And Submitted Via Email To Tom Fuller At Thomas.g.fuller17.civ@us.navy.mil. Responses To This Notice May Or May Not Be Returned.
respondents May Or May Not Be Notified Of The Result Of This Notice. It Is A Vendor’s Responsibility To Monitor This Site For The Release Of Any Follow-on Information, Up To And Including A Solicitation Or Contract Award Notice.
it Is Intended That This Be A Small Business Set-aside. However, A Lack Of Responses To This Notice From Capable Small Business Vendors May Result In A Contract Being Solicited For Utilizing Full And Open Competition.
this Sources Sought Is Being Conducted From Time Of Posting Until January 13th, 2025 At 0900 Est.
*** This Sources Sought Notice Has Been Extended Through January 24th In Order To Provide The Final Statement Of Work To Industry For Review. At This Time, No Reference Documents Are Being Provisioned By The Government. Reference Documents Will Be Made Available To Request And Review No Later Than (nlt) The Date Of Solicitation Release.
preliminary Schedule Dates (subject To Change):
solicitation Posting: 2/19/2025
mandatory Site Visit: 2/26/2025
close Of Solicitation: 3/12/2025
date Of Award: 4/14/2025
award Pop: Date Of Award - 6/30/2025(this Completion-date Will Be Non-negotiable)
Closing Date24 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
United States
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 Jack C. Montgomery Va Medical Center (vamc) Located At 1011 Honor Heights Dr, Muskogee, Ok 74401
project Description:
this Project Is The Construction Of The Infrastructure Needed For The Nationally Mandated Electronic Health Record Modernization (ehrm) Project At The Jack C. Montgomery Vamc. The Contractor Shall Completely Prepare The Site For Building Operations, Including Demolition And Removal Of Existing Structures And Furnish All Labor And Materials And Perform Work For The Project. Construction Will Be In Accordance With The A/e Provided Final Drawing Set And Associated Specifications. The Project Is Widely Spread Throughout The Hospital, Touching Several Different Departments And Service Areas. Portions Of The Work Will Likely Need To Be Done On "off" Hours And Weekends.
the Jack C. Montgomery Va Medical Center (vamc) Muskogee, Oklahoma Is Seeking A General Contractor To Furnish All Labor, Tools, Materials, Equipment, And Supervision To Provide The Following Infrastructure Improvements: Electrical (electrical Panel Upgrade, Power (normal, Emergency)), Bonding, Ups, Building Management System Interfaces, Assess For New And Upgrades To Existing Hvac, Reconfiguration, Expansion And Renovation Of Existing Space (demo, New Construction, Finishes), Renovation Of Existing Data Center (piping, Exterior Wall, Interior Wall For Water Proofing), Communication Infrastructure (new Data Outlets, Patch Panels, Upgrade To Cat 6a Cable) In Buildings As Necessary, Physical Security Upgrades, Assess And Upgrade Fiber Infrastructure Backbone Campus Wide Within Buildings And Between Buildings, Install Diversified Path To Datacenter For Wan, Hazardous Material Abatement. Project Building Locations Include: Buildings 1, 11, 18, 22, 24, 52, 53, 56, 60 And Site.
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 Will Be 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 Solicitation Will Be Issued Around Early To Mid May 2025. The Period Of Performance Is Approximately 365 Calendar Days From The Issuance Of The Notice To Proceed. This Notice Is Not A Request For Competitive Offers. The Magnitude Of Construction Is Expected To Be Between $10,000,000.00 And $20,000,000.00. All Questions Must Be Submitted In Writing To The Issuing Office Via Email To Leslie.prather@va.gov. Telephone Calls Will Not Be Accepted.
-end-
Closing Date6 Jun 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: Amendment 0007 -
the Purpose Of This Amendment Is To Incorporate New Attachment J-18 Revised A-612_door Hardware Schedule And Incorporate Revised Attachment J-16 Questions And Answers Version 2.
amendment 0006 -
the Purpose Of This Amendment Is To Incorporateattachment J-17 Design Analysis.
amendment 0005 -
the Purpose Of This Amendment Is To Insert Revised Attachment J-8 Bid Schedule_011525; Which Adds Item Number 0005 (window Replacement).
amendment 0004 -
the Purpose Of This Amendment Is To Add The Attachment J-16 Questions And Answers Version 1.
amendment 0003 -
the Purpose Of This Amendment Is To Extend The Proposal Deadline Until 14 February 2025 At 3 Pm Est.
amendment 0002 -
the Purpose Of This Amendment Is To Extend The Proposal Deadline Until 14 January 2025 At 3 Pm Est.
amendment 0001 -
the Purpose Of This Amendment Is To:
a. Add Clause 52.228-1 Bid Guarantee.
b. Insert New Attachment J-14 Pre-bid Addendum No 1_112624
c. Insert New Attachment J-15 Site Visit Sign In Sheet_112624
d. Insert Revised Attachment J-12 Section L_112724, Which Inserts Para L-1.13 And Amends Para 2.2.2.7.
this Is A Request For Proposal For A Dorm Renovation At Building 2621 Is A New Construction Requirement For Joint Base Mcguire-dix-lakehurst (jb Mdl), New Jersey. The Work Includes Work For 62 Bedrooms And 24,530 Sq Ft Of Demolition, Construction, Renovation, And Incidental Related Work And Will Consist Of Areas That Are Typical Of Living Spaces For Dormitories. There Is One Bid Option For The Requirement Which Encompasses The Entire Dorm Renovation. The Construction Requirement Shall Include But Is Not Limited To The Following:
-relocation Of Existing Hot Water Systems; Installation Of New Chilled Water System, Fan Coil Units, Dedicated Outdoor Air System & Hvac Control System.
-refurbish Bathrooms And Bedrooms With New Finishes, Plumbing Fixtures, Shower Stalls, And Casework.
-relocate Telecom Rooms, And Refurbish Hallways And Public Spaces With New Finishes, Signage, And Window Blinds.
-new Electrical Service Entrance Switchboard, New Led Lighting Throughout, Additional Grounding, And Telecom Outlets.
-upgrade Fire Alarm System.
-demolition Of All Unused Wiring Systems And Devices.
-hazardous Material Removal And Remediation Of Asbestos, Lead Paint, And Mold.
notice To Offeror: Funds Are Not Presently Available For This. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Cost.
for More Information See Attached Statement Of Work.
**note ** For Instructions To Offerors And Basis For Award See Repsective Attachments J-12 Section L_111324 And J-13 Section M_111224.
Closing Date14 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Details: Summary:
the Government Is Requesting An Offer To Lease A Minimum Of 772 Gross Usable To A Maximum Of 1,200 Gross Square Feet (gross Square Feet To Include Any Common Area Factor) In Manor, Texas Within A Delineated Area Of: North: Manor Middle School, South: Murchinson Street, East: Highway 973 And West: Gregg Manor Road For A Period Of Five Years, With 30-day Termination Rights For The Government Subsequent To The First Year, Except That The Lease Shall Be Subject To The Availability Of Appropriations As Stated On The Attached Sample Lease For Real Property (enclosure 1). The Desired Occupancy Date Is September 30, 2025 Or As Soon As Possible.
armed Forces Recruiting Facilities Are To Be Located In Defined Geographical Areas That Contain Businesses And Other Establishments That Are Of A Compatible Nature. Under No Circumstances Are These Facilities To Be Located In Areas Where Businesses Of A Sexual Nature Exist, Because Placement Of The Facility Can Hamper Overall Production Of The Office Or Cause Concern For The Safety Of The Personnel Stationed There.
the Military Services Shall Have The Right To Use Space Beyond Normal Working Hours And, If Required, On Saturdays, Sundays, And Federal Holidays. This Includes The Use Of Elevators, Lights, Toilet Facilities, And, If Necessary, Heating And Air Conditioning.
general Requirements:
a. The Offer To Lease Must Be Inclusive Of The Following:
1. Itemized Rental Proposal Worksheet (enclosure 2). A Flat Rental Rate For The Entire Five-year Term Is Preferred.
2. Statement Indicating Whether Or Not The Property Is In A 100-year Flood Plain.
3. Statement As To Whether Escalation Is Requested For Increases In Utility, Tax, Insurance, And Janitorial Costs, Provided Such Services Are Furnished As Part Of The Rental Consideration (reference Paragraph 10 Of The Sample Lease).
4. If The Offer Includes A Lump Sum Government Contribution To The Finish-out Of The Space, The Offeror Should Provide A Minimum Of Three Bids To Have The Work Performed.
5. An Estimate Of The Number Of Calendar Days To Complete The Finish-out Of The Space After Award Of The Lease.
6. A Copy Of The Legal Description Of The Property.
7. Proof Of Ownership.
b. The Offer Should Include The Following:
1. Interior And Exterior Maintenance (including Hvac Maintenance) In Accordance With Paragraph Of General Clauses (enclosure 3).
2. Tenant Improvements In Accordance With The Conceptual Floor Plan (enclosure 4), And The Construction Specifications (enclosure 5).
3. All Real Estate Taxes And Insurance Premiums With Respect To The Leased Premises.
4. Common Area Maintenance.
5. Water, Sewer, And Trash Removal Services.
6. Electrical Service.
7. Natural Gas Service (if Applicable).
8. Janitorial Services On At Least A 2-day-per-week Basis In Accordance With The Enclosed Requirements (enclosure 6).
9. Parking Spaces For 2 Government Owned Vehicles
Closing Date1 Mar 2025
Tender AmountRefer Documents
3131-3140 of 3428 archived Tenders