Hvac Tenders

South African Police Service - SAPS Tender

Civil And Construction...+1Civil Works Others
South Africa
Details: Details Tender Number 19/1/9/1/27tb(24) Department South African Police Service Tender Type Request For Bid(open-tender) Province Kwa-zulu Natal Date Published 28 January 2025 Closing Date 06 March 2025 11 00 Place Where Goods, Works Or Services Are Required 117 Cresswell Road-silverton-pretoria-0184 Special Conditions Cidb Grading Required 1. Bidders Must Have A Cidb Grading Of 8gb (general Building Works) Or Higher. 2. Bidders Must Obtain A Minimum Functionality Score Of 60% And Above Will Be Considered And Further Evaluated In Terms Of Price And Preference. Latecomers Will Not Be Allowed. Enquiries Contact Person Mama Legoabe Email Legoabem@saps.gov.za Telephone Number 012-841-7790 Fax Number N/a Briefing Session Is There A Briefing Session? Yes Is It Compulsory? Yes Briefing Date And Time 13 February 2025 11 00 Briefing Venue Bhosiki Community Hall, Bhosiki Area, Kwazulu Natal. Direction From Captain Khowa 079 500 0713. Tender Documents 08028-s-sr-001-023 Rev A.pdf 08028-c-dt-001-001 Rev A.pdf 08028-c-ls-002-001 Rev A.pdf Lsg-2319-wetp-200 Domestic Water Layout.pdf 08028-e-la-003-001 Lighting (main And Cell Building) Reva.pdf 23015 Saps Bhosik Stage 5 Rev A-rvt 09-01-2025 Elevations.pdf 27 Tb (24) 241-270 Of 344.pdf 08028-c-la-004-001 Rev A.pdf 23015 Saps Bhosik Stage 5 Rev A-rvt 08-01-2025 Finishing Schedule.pdf 23015 Saps Bhosik Stage 5- Rev A Ironmongery_schedule.pdf 08028-s-sr-001-018 Rev A.pdf 08028-e-la-007-001 (main And Cell Building) Reva.pdf 08028-c-dt-002-001 Rev A.pdf 23015 Saps Bhosik Stage 5 Rev A-rvt 09-01-2025 Joinery.pdf 23015 Saps Bhosik Stage 5 Rev A-rvt 08-01-2025 Pump House And Emergency Generator Room.pdf 08028-e-la-006-001 Security & Access Control Reva.pdf 08028-s-ge-001-003 Rev A.pdf 08028-s-ge-001-017 Rev A.pdf 08028-e-sh-001-002 Sld Reva.pdf Lsg-2319-hvac-100 Hvac Layout.pdf 08028-s-ge-001-001 Rev A.pdf 08028-s-sr-001-022 Rev A.pdf 08028-s-sr-001-021 Rev A.pdf 23015 Saps Bhosik Stage 5 Rev A-rvt 08-01-2025 Steel Schedule.pdf 27 Tb (24) 31-60 Of 344.pdf 08028-s-ge-001-004 Rev A.pdf 27 Tb (24) 211-240 Of 344.pdf 08028-s-ge-001-014 Rev A.pdf 08028-c-cs-001-001 Rev A.pdf 08028-e-la-004-001 Lightning Protection Reva.pdf 08028-e-la-001-001 Site Services Reva.pdf 27 Tb (24) 121-150 Of 344.pdf 27 Tb (24) 331-344 Of 344.pdf 08028-c-la-003-001 Rev A.pdf 08028-e-la-002-001 Sp (main And Cell Building) Reva.pdf 08028-s-ge-001-015 Rev A.pdf 08028-c-cs-002-001 Rev A.pdf 08028-s-ge-001-016 Rev A.pdf 23015 Saps Bhosik Stage 5 Rev A-rvt 08-01-2025 Aluminium Door And Window Schedule.pdf 08028-c-la-005-001 Rev A.pdf 23015 Saps Bhosik Stage 5 Rev A-rvt 09-01-2025 Site Plan.pdf 27 Tb (24) 271-300 Of 344.pdf 08028-e-la-003-002 Area Lighting Reva.pdf 08028-s-sr-001-019 Rev A.pdf 08028-e-sh-001-001 Sld Reva.pdf 27 Tb (24) 151-180 Of 344.pdf 23015 Saps Bhosik Stage 5 Rev A-rvt 09-01-2025 Sections.pdf 27 Tb (24) 181-210 Of 344.pdf 08028-e-la-005-001 Fire Det Reva.pdf 08028-c-ls-003-001 Rev A.pdf 08028-c-dt-004-001 Rev A.pdf 27 Tb (24) 91-120 Of 344.pdf 23015 Saps Bhosik Stage 5 Rev A-rvt 09-01-2025 Sanware Schedule.pdf Lsg-2319-fire-501 Evacuation Layout.pdf 08028-c-ls-002-002 Rev A.pdf 08028-c-la-001-001 Rev A.pdf 27 Tb (24) 301-330 Of 344.pdf 08028-c-dt-003-001 Rev A.pdf Lsg-2319-fire-500 Fire Protection Layout.pdf 27 Tb (24) 1-30 Of 344.pdf Lsg-2319-wetp-300 Drainage Layout.pdf 08028-c-ls-001-001 Rev A.pdf 08028-c-la-002-001 Rev A.pdf 08028-s-ge-001-002 Rev A.pdf 08028-s-sr-001-020 Rev A.pdf 23015 Saps Bhosik Stage 5 Rev A-rvt 09-01-2025 Ground Floor Plan.pdf 08028-e-sh-001-003 Main Sld Reva.pdf 27 Tb (24) 61-90 Of 344.pdf
Closing Date6 Mar 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: Durham, North Carolina 27705 the Naics Code For This Procurement Is 541330, Engineering Services, And The Applicable Small Business Size Standard Is $25.5 Million Annual Revenue. The Projected Award Date For The Anticipated A-e Contract Is On Or Before September 30, 2025. the Naics Code For The Anticipated Construction Project Is Projected To Be 236220 And Magnitude Of Construction Is Predicted To Be Between $2,000,000 And $5,000,000 (vaar 836.204). The Anticipated Award Date Of The Construction Phase Of The Project Is To Be Determined (tbd). an Architect & Engineer (a-e) Contract Will Be Negotiated For The Development Of Complete Construction Documents Which Include Working Drawings, Specifications, Reports, And Construction Period Services. The A-e Will Be Given Written Information; Participate In Project Planning Meetings, Pre-proposal Meeting, And Pre-construction Meeting As Required; Communicate With Va Personnel Via Telephone Or E-mail; And Is Expected To Coordinate So That The Final Documents Include All Requirements In Accordance With Industry Standard Practices, Va Standards, Va Design Manuals, And Review Comments. statement Of Task/scope Of Work: architect-engineer Services Shall Include: provide A Design Narrative, Drawings, Specifications, And A Cost Estimate At 30%, 60%, 90%, And Final Design Stages For Project 558-25-151 Replace And Upgrade Emergency Power Systems, Equipment And Components In Building 1. This Includes But Is Not Limited To Determining The Capacity Of Building 18 S 3 Generators And Supportive Infrastructure Against Peak Demand And Providing Recommendations To Either Upgrade Or Replace Current Generator Sets; Provide Emergency Power Distribution To Sterile Processing Service (sps) Heating, Ventilation, And Air Conditioning (hvac), Operating Room (or) Hvac, Emergency Department (ed) Hvac, 3rd Floor Laboratory Hvac, Morgue Hvac, Magnetic Resonance Imagining (mri) Department Hvac, Computed Thermography (ct) Department Hvac, Garage B, And Other Critical Equipment Per Facilities Condition Assessment (fca) Report. Upgrades Should Support Va 96-hr Requirements. the Ae S Primary Project Design Objectives Are To Improve The Environment Of Care For Patients, Visitors, And Staff Through The Design Of A Reliable Emergency Power System For Hvac Equipment And Critical Departments. This Is To Avoid Loss Of Airflow And Pressurization To Units During Loss Of Normal Power. provide Construction Period Services Which Shall Include Site Visits, Submittal And Rfi Review, Changes, Cost Estimation, And As-built Preparation. provide The Number Of Site Visits Necessary For Discovery During Phase I-investigative Service/schematic Design/other Related Services To Prepare Documents For Phase Ii-design Development And Phase Iii-construction Documents Not Listed Under Phase Iv-construction Period Services. all Work To Be Performed For This Project Must Meet All National Fire Protection Association Codes And Standards (nfpa); National Electric Code (nec); National Electrical Manufacturers Association (nema); Energy Independence And Security Act Of 2007 (eisa 2007); Underwriters Laboratory, Inc. (ul); International Code Council Codes; Applicable Va Design Guides, Design Manuals And Standards Located On The Office Of Construction Management Website (http://www.cfm.va.gov/til/index.asp); Federal, State, And Local Regulations And Codes; And Joint Commission On Accreditation Of Healthcare Organizations (jcaho) Standards And Guidelines. design Must Adhere To The Following Energy Requirements: all New Construction Shall Be Designed To Achieve An Energy Consumption Level That Is At Least 30% Below The Level Achieved Under Ashrae Standard 90.1-2010, If Life Cycle Cost Effective. Use Appendix G Of American Society Of Heating, Refrigeration, And Air-condition Engineers (ashrae) Standard 90.1-2010 To Document The Energy Savings. should The 30% Reduction In Energy Consumption Prove Not To Be Life Cycle Cost Effective, Then The A/e Shall Evaluate Alternative Designs At 5% Successive Decrements To Identify The Most Energy-efficient Design That Is Life Cycle Cost Effective. the Following Parameters Shall Be Used For Performing The Analysis: 20-year Life-cycle Period For System Comparisons use Public Domain Programs Such As Trace, E-cube, Carrier E20-ii, Etc. 7% Discount Factor neither Includes Taxes, Nor Insurance While Computing Cost. design And Construction Shall Be Done In Such A Way That Facility Will Always Meet Emergency Power Required Under Joint Commission (j.c.) And Vha Standards. deliverables: narratives With Calculations: Written Narratives Shall Be Used As Part Of Each Design Submission. The Narrative Should Be Used To Elaborate On And Provide An Explanation Of Key Design Decisions By A/e And/or The Va, Objectives, Obstacles, Alternatives And Resolutions, Design Issues Or Decisions Relating To Constructability, And In General To Communicate All Information Relevant To The Design Submission. The Narrative Shall Also Include Printouts Of The Calculations That Include And Are Not Limited To The Following: Hvac Load Calculations, Plumbing Calculations, Fire Protection Calculations, Electrical Power Calculations, Lighting Calculations, And Structural Calculations. Calculations Shall Compute As Far Back In The System As Necessary To Prove If Existing System Can Support Connections To Renovations/new Construction. design Scope: Once Alternatives/options Are Selected, A/e Shall Develop And Provide A Complete Set Of Hard And Electronic Drawings And Specifications For Bidding And Construction Purposes Which Encompass The Previously Selected Options. The Package Shall Contain Architectural And Mep Drawings Of Sufficient Detail That The Construction Contractor Can Accomplish The Modifications With A Minimum Of Additional Guidance. Additionally, The A/e Shall Provide A Detailed Cost Estimate Of The Project Construction Costs, Phasing Plan For Installation Which Includes A 4-week Lead Time For Major Outages For The Use Of Va Cor And A Constructability Analysis Identifying The Most Efficient, Cost-effective Ways To Accomplish The Construction While Allowing For The Least Disruption Of Hospital Operations. The Following A/e Design Submissions Shall Be In Accordance With The A/e Requirements Listed On The Va Website: part I: Feasibility Study/options: Prior To The Initiation Of Any Detailed Design, The A/e Shall, In Conjunction With Representatives Of The Engineering Department, Conduct Inspections Of The Existing Facilities, Live Peak Load Demand Analysis, Develop Various Alternatives, And Conduct A Feasibility Analysis Of These Alternatives. Note: Specifications Are Not Required With The Preliminary And Schematic Design Submissions. part Ii: 30% Submission: The Requirements Are Working Drawings At The 30% Stage, Marked-up Specifications, Draft Phasing Plan, Draft Durham Va Pcra And Nepa Forms And A Preliminary Detailed Construction Cost Estimate Showing A Quantitative Survey Of All Labor And Material. Submit 4 Half Size Sets Of Drawings (22 X 34 ) On Bond Paper, 2 Bound Copies Of The Marked-up Specifications, 1 Copy Of The Preliminary Construction Cost Estimate, And 1 Copy Of The Design Narrative With Calculations. Also Provide 1 Digital Copy Of The Drawings (pdf And Autocad), Specifications (pdf), Cost Estimate (pdf), And Design Narrative With Calculations (pdf) On Cd-rom. part Iii: 60% Submission: The Requirements Are Working Drawings At The 60% Stage, Marked-up Specifications, Draft Phasing Plan, Draft Durham Va Pcra And Nepa Forms And A Detailed Construction Cost Estimate Showing A Quantitative Survey Of All Labor And Material. Submit 4 Half Size Sets Of Drawings (22 X 34 ) On Bond Paper, 2 Bound Copies Of The Marked-up Specifications, 1 Copy Of The Preliminary Construction Cost Estimate, And 1 Copy Of The Design Narrative With Calculations. Also Provide 1 Digital Copy Of The Drawings (pdf And Autocad), Specifications (pdf), Cost Estimate (pdf), And Design Narrative With Calculations (pdf) On Cd-rom. part Iv: 90% Submission: The Requirements Are Complete Construction Drawings Showing All Details And Views, Updated Detailed Cost Estimate, Finalized Specifications, Finalized Phasing Plan, Pcra And Nepa Forms And A Design Narrative With Calculations. Submit 6 Half Size Sets Of Drawings (22 X 34 ) On Bond Paper, 2 Bound Copies Of The Marked-up Specifications, 1 Copy Of The Preliminary Construction Cost Estimate, And 1 Copy Of The Design Narrative With Calculations. Also Provide 1 Digital Copy Of The Drawings (pdf And Autocad), Specifications (pdf), Cost Estimate (pdf), And Design Narrative With Calculations (pdf) On Cd-rom. part V: 100% Final Submission: Provide 1 Set Of Bound Drawings (30 X42 ) On Bond Paper, 4 Sets Of Half Size (22: X 34 ) Drawings On Bond Paper, 2 Sets Of Unbound Specifications, 1 Copy Of The Construction Cost Estimate, And 1 Bound Copy Of The Design Narrative With Calculations. Also Provide 1 Digital Copy Of The Drawings (pdf And Autocad), Specifications (pdf), Cost Estimate (pdf), And Design Narrative With Calculations (pdf) On Cd-rom. the Design Deliverables Must Adhere To The Following Requirements: specifications: The Project Specifications Shall Be Prepared In Microsoft Word By The A/e From The Va Master Specifications. The General Format Shall Include Part 1-general, Part 2-products, And Part 3-execution. Part 1 Verbiage Shall Include The General Requirements, Identify Applicable Standards, And Identify Submittals Required For A Particular Specification. This Information Should Be Directly Related And Correspond To A Specific Submittal Number Enumerated In The Submittal Register As Identified In Para. 11 Below. Part 2 Shall Include Description Of The Salient Characteristics Of The Products. Part 3 Shall Include A Description Of The Methods Used To Install Items Of Construction. The A/e Shall Identify All Va Master Specification Sections Applicable To The Project And Edit Them Accordingly To Fit The Scope Of Work. If Additional Specification Sections Are Needed That Are Not Listed In The Va Master Specs, The A/e Is Responsible To Write And Edit An Appropriate Csi Format Specification Section. Specifications Shall Be Printed On 8 ½ X 11 Bond Paper Using 12pt Times-new-roman Font. The A/e Shall Incorporate Into The Specifications And Its Construction Site Inspection Procedures The Applicable Infection Control And Dust Control Provisions. construction Cost Estimates: The A/e Shall Prepare A Construction Cost Estimate In Microsoft Excel Using The Csi 34-division Format. The Cost Estimates Shall Include A Copy Of The Quantity Take-offs, Breakdown Of Individual Line Items That Accurately Reflect The Quantity Take-off Of The Various Categories Of Work Involved, Unit Of Measure, Quantities, Unit Cost, Overhead, Profit, Bond, And Project Management. All Cost Data Shall Be Taken From The Most Current Version Of A Recognized Industry Standard, E.g., Means Estimating Guides. For Items That Are Not In The Industry Standards, Vendor Quotes And Justification For Labor Hours Shall Be Provided. Construction Cost Estimates Shall Be Submitted With 30%, 60%, 90%, And 100% Design Reviews And For The Final Submission. As Part Of The Cost Estimating Effort, The A/e Shall Provide A Schedule Of Values Such That Discrete Elements Of The Specifications Are Identified And May Be Used In Negotiations With A Proposal Bidder. The Estimate Shall Also Include An Estimated Period Of Performance Of The Construction Based On A Cpm Schedule. submittal Register: The A/e Shall Develop A List Of All Uniquely Identified Submittals Required By The Specifications In Section 1 Of Each Individual Specification. The Register Should Include Specification Reference, And Item To Be Reviewed/approved And Correspond To The Submittal Requirements As Identified In The Specification Section Addressed In Paragraph Above. part Vi: Final Documents/reproduction: The A/e Shall Be Responsible For All Reproduction During Design; However, Only Materials Which Are Submitted To The Va For Design Reviews Shall Be Reimbursable. All Other Reproduction For In-house Reviews, Consultants, Etc. Shall Not Be Reimbursed. At The Completion Of Design, The A/e Shall Be Required To Print Up To Fifty (50) Construction Document Bid Sets On A Reimbursable Basis (to Be Supported By Invoice). Note That All Bid Administration Activities Will Be Performed By The Va Contracting Office. submission Due Dates: part I - Feasibility Study 60 Days From Ntp va Review 81 Days From Ntp part Ii - 30% Submission Due: 111 Days From Ntp va Review 132 Days From Ntp part Iii - 60% Submission Due: 162 Days From Ntp va Review 183 Days From Ntp part Iv - 90% Submission Due: 213 Days From Ntp va Review 234 Days From Ntp part V - 100% Submission Due: 264 Days From Ntp va Review 285 Days From Ntp note: The Va Will Have 21 Business Days To Review Each Submission. (feasibility Study, 30%, 60%, 90%, And 100%). The Va Review Period Begins When The Va Receives All Required Documents That Are To Be Submitted For Each Design Submission. A Delayed In Submissions On The A/e S Part Does Not Constitute A Reduction In The Va S Review Period But Will Be A Delay On The Part Of The A/e. The A/e Shall Attend A Design Review Meeting Following Each Va Review Of Each Submission. The A/e Is Responsible For Note Taking During The Meeting And Issuing Meeting Minutes Within 3 Business Days Of The Meeting To The Cor. provide Construction Period Services Which Shall Include The Following: bidder Site Visit: Participate And Facilitate This Site Visit In Conjunction With The Contracting Officer And Cor, Contractors, And Representatives Of The Building Committee As Needed. At This Meeting, Potential Contractors Will Walk The Site Limits To Discuss The Scope Of Work. pre-construction Meeting: Participate And Facilitate This Meeting In Conjunction With The Contracting Officer And Cor, Contractor, And Representatives Of The Building Committee As Needed. At This Meeting The Staging Area And Work Site Rules Shall Be Discussed Again With The Contractor (these Should Already Be Included In The Specifications). Contract Specifications Should Require A Cpm Construction Schedule Submitted Within 10 Business Days From The Notice To Proceed. submittal Review And Logs: Designer Shall Prepare And Maintain A Log Of Key Submittals And Of Rfis And Provide The Same To The Contracting Officer And Cor. Reviewed Submittals Are To Be Returned Within 10 Business Days To The Cor. Designer Is Fully Responsible For Review Of All Submittals, Retaining A Record Copy Of Submittals For Turn Over To The Owner Upon Project Completion, And Communication With The Contractor Regarding Any Deficiencies Or Changes Required To The Submittals. response To Rfi S: The A/e Shall Be Responsible For Evaluating Rfi S To Determine If A Change Will Be Required. The A/e Shall Then Provide Recommendations To The Contracting Officer. Within 2 Business Days, The A/e Shall Provide In Writing The Information, Clarification Or Revision Material Needed To Properly Answer The Rfi And To Resolve The Issue. The A/e Shall Include A Cost/credit Estimate For Rfi S Which Result In A Change To Contract Cost. construction Change Orders: Designer Shall Prepare The Statement Of Work And Cost Estimates (returned Within 10 Business Days) As Needed. monthly Site Inspections: Designer Shall Meet Monthly With The Contractor, Cor And Others Needed To Inspect The Progress Of The Construction And Report Any Deficiencies To The Same. monthly Progress Meetings: In Conjunction With The Monthly Site Inspection, The Designer Shall Hold Formal Progress Meetings With Contractor, Contracting Officer, And Cor. At These Meetings The Agenda Shall Contain A Narrative Of Work Completed The Previous Month, Work Upcoming, Submittals Or Rfis Outstanding, Schedule Update, Any Special Coordination Items Requiring Actions, And Discussion Of Change Orders Or Time Extension Requests. Minutes Of This Meeting Shall Be Issued Within 3 Business Days Of The Meeting. project Close Out: Designer Shall Receive Notice Of Intent For Final Inspection From The Contractor, And Contractor Shall Propose A Time And Place For This To Occur In Conjunction With The Contracting Officer And The Cor. Following The Final Inspection, The Designer Shall Issue A Punch List. Contract Documents Shall Specify That The Contractor Has 15 Working Days To Complete The Punch List And Notify The Designer For Re-inspection. Following Re-inspection And Project Acceptance The Closeout Phase Will Occur. record Drawing Submission: Provide 2 Updated Set Of Drawings (30 X42 ) On Bond Marked As As-built Drawings That Include The Contractor S Mark-ups And An Electronic Copy Of These Updated Drawings (pdf And Autocad) On Cd-rom. period Of Performance design Completion: 285 Calendar Days; Includes Va Design Reviews. procurement Timeframe: 180 Days From The Time Engineering Submits Package To Contracting. Designer Shall Answer Pre-bid Rfis And Provide Updated Construction Documents To Capture Any Changes Made Through The Procurement Process. construction Period Services: 730 Calendar Days From Construction Award Date. total Contract Period: 1,195 Calendar Days. part B - Supplement B 1. Government Supplied: the Facility Record Drawings And Autocad Files Are Available For The Ae S Use. Note: Not All Record Drawings Are Available On Autocad. Additionally, It Is Emphasized That The Accuracy Of Facility Record Drawings Must Be Field Verified By The Ae. Prints Of Any Current As-built Drawings Shall Be Made Available To The Ae During Any Of His Site Visits If Requested. The Va Engineering Department Drawing Files, Large Size Copier And Paper Will Be Made Available For Use By The Ae For This Purpose. end Of Statement Of Work a-e Selection Process: the Agency Has Convened An Evaluation Board For The Evaluation Of Responses To This Notice. Responses Will Be Evaluated In Accordance With The Selection Of Architects And Engineers Statute (public Law 92-582), Formerly Known As The Brooks Act, And Implemented In Federal Acquisition Regulation (far) 36.6. Specifically, Sf 330 Submissions Will Be Evaluated To Identify The Most Highly Qualified Firms, Using The Selection Criteria Identified Below. Discussions Will Be Held With At Least Three (3) Of The Most Highly Qualified Firms, In Accordance With Far 36.602-3(c). The Processes At Far 36.602-4 And Far 36.606 Will Then Be Followed. Selected Firms Will Be Notified By Telephone Or Email Of Selection And Provided Further Instructions. evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Publicly Available Sources. Failure To Provide Requested Data, Accessible Points Of Contact Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. selection Criteria: Evaluation And Selection Of Firms Will Be Based On Submissions And Direct Responses To The Following Criteria Which Are Numbered In Descending Order Of Importance: primary Selection Criteria (listed In Descending Order Of Importance): selection Criterion 1, Specialized Experience And Technical Competence specialized Experience And Technical Competence In The Design Of Medical Facility Emergency Power Systems In Medical Facility Buildings Of Similar Size (5+ Story Hospital) And Components As May Be Necessary To Achieve Project Goals. The Evaluation May Consider Other Elements Such As Project Phasing To Maintain Hospital Operations During Construction, Quality Control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. These Areas Shall Be Addressed In Section H Of The Sf 330. Additionally, Prior Experience Of The Prime And Key Subcontractors Working Together On Relevant Projects, As Indicated In Section G, Will Be Considered In The Evaluation. offeror Shall Provide A Minimum Of 3 (three) But No More Than 5 (five) Recent And Relevant Projects To Demonstrate Its Specialized Experience And Technical Competence. "relevant" Is Defined As Those Task Requirements Identified In The Rfq's Scope Of Work. "recent" Is Define As Services Provided Within The Past 5 (five) Years. Each Project Shall Include The Following: project Title, Location, And Detailed Narrative Describing The Scope Of Services Provided, Including The Type Of Work Performed By The Offeror And Its Role In The Project, I.e., Prime Contract, Teaming Partner, Or Subcontractor project Owner, Owner's Point Of Contact, Including Telephone Number And Email Address. services & Deliverables Provided Under The Contract/task Order period Of Performance, Including Start And Completion Dates total Dollar Value Of The Project. selection Criterion 2, Professional Qualifications the Architects And Engineers On The Firm's Staff Representing The Project Or Signing/stamping Drawings In Each Discipline Must Possess A Minimum Of Five (5) Years Of Experience And Are Required To Be Licensed, Registered, Or Certified By A Us State, The District Of Columbia Or A Us Territory. Provide Professional License Jurisdiction Of Issue And License Numbers And/or Proof Of Licensure. at A Minimum, The Offeror Shall Describe The Professional Qualifications And Not Less Than Five (5) Years Of Experience In The Required Disciplines. Disciplines Required For This Project Include, But Are Not Limited To: Architectural, Structural, Cost Estimation, And Project Management. The Evaluation Will Consider Education, Certifications, Training, Registration, Overall And Relevant Experience, And Longevity With The Firm. offer Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I [signatory Authority] ______, [company] _______ Certify That The Team Proposed To Perform Under This Requirement Demonstrates The Capability Of 50% Sdvosb Performance In Compliance Of 48 Cfr 852.219-10. criterion 3, Capacity the Evaluation Will Consider The Firm S Plan And Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Personnel In Key Disciplines. Provide The Available Capacity Of Required Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. Provide A Draft Schedule Iaw The 264-calendar Day Period Of Performance Required For This Project. criterion 4, Past Performance on Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Cpars Data Or Ppqs (if No Cpars Data Is Available) Must Be Provided For Projects Submitted Under Factor 1 (specialized Experience). Please Utilize The Attached Ppq Document, If Needed. Cpars Data And Ppqs Do Not Count Toward The Page Limitation. Government Past Performance Information Systems May Be Accessed. Evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Publicly Available Sources. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. The Following Information Is Required For All Projects: Contract/task Order Number, Project Title, Prime Firm, Start Date, And Completion Date. Evaluations May Also Include Additional Performance-related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. criterion 5, Knowledge Of Locality include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Local Construction Methods, Construction Firms, And Trades Labor Availability, And Local Laws And Regulations. criterion 6, Construction Period Services experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services. the Department Of Veterans Affairs Shall Evaluate Each Potential Contractor In Terms Of The Following As M Firm Meeting The Synopsized Selection Criterion And "nm" Means That The Firm Did Not Meet The Synopsized Selection Criterion.: selection Criteria selection Criterion 1, Specialized Experience And Technical Competence selection Criterion 2, Professional Qualifications criterion 3, Capacity criterion 4, Past Performance criterion 5, Knowledge Of Locality criterion 6, Construction Period Services please Note: The A-e Evaluation Board Must Be Provided With Complete And Accurate Information For All Six (6) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The A-e Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The A-e Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications. limitations: 852.219-73 Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses. 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. submission Criteria/requirements: interested Firms Having The Capabilities To Perform This Work Must Submit: one (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) Electronically To The Contracting Team: branch Chief: Vangie.miller@va.gov contract Specialist: Erica.manglona@va.gov contracting Officer: Alice.custis@va.gov no Later Than 10:00 A.m. Eastern Daylight Time On May 30, 2025. interested Firms Are Responsible For Ensuring Electronic Delivery Of Submission By The Time And The Date Specified. It Is Highly Recommended Interested Firms Confirm Electronic Submissions Have Been Received By The Contracting Officer. size Limits Of E-mails Are Restricted To 10mb. If More Than One Email Is Sent, Please Number Emails In Subjects As 1 Of N . (example: Sf330 Submission, #36c24625r0036 Replace And Upgrade Emergency Power Systems, Equipment, And Components, Project # 558-25-151 (1 Of N, 2 Of N, Etc.). all Sf330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Procurement Number And Project Title (abbreviated Or Shortened Is Okay). interested Firms Are Responsible For Ensuring Delivery Of Submission. all Sf 330 Submissions Must Include The Following Information, Either On The Sf 330 Or By Accompanying Document: 1) Cage Code 2) Sam Unique Entry Id Number (uei) 3) Tax Id Number 4) The E-mail Address And Phone Number Of The Primary Point Of Contact 5) Sf 330 Must Indicate The Percentage Of The Contract Performance Cost That Will Be Expended By The Prime Firm S Employees And In Which Discipline(s) And Subcontracted Percentage Of Contract Performance Cost To Be Expended (and In What Disciplines). Any Subcontracted Or Otherwise Business Entity Must Be Identified By Name, Office Location And Size/type Of Business (i.e. Sdvosb, Vosb, Large, Etc.). the Firm And Or A-e On Staff Representing The Project Must Follow State Of North Carolina Guidelines Under State Law For All Licensing Requirements To Sign And Seal Drawings. each Respondent Must Be Able To Demonstrate The Ability To Comply With The Limitations On Subcontracting, In Accordance With Far Clause 52.219-14 And Vaar Clauses 852.219-73 And 852.219-75. electronic Submittals Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Considered. All Information Must Be Included In The Sf330 Submission Package. it Is The Offeror S Responsibility To Check The Contract Opportunities Website At: Www.sam.gov For Any Revisions To This Announcement Prior To Submission Of Sf330s. vendor Questions: all Questions Shall Be Submitted To: branch Chief: Vangie.miller@va.gov contract Specialist: Erica.manglona@va.gov contracting Officer: Alice.custis@va.gov no Later Than 10:00 A.m. Eastern Daylight Time On May 16, 2025. attachments: sf 330 ~ Architect-engineer Qualifications. Sf 330 Is Prescribed For Use In Obtaining Information From Architect-engineer Firms Regarding Their Professional Qualifications, As Specified In 36.702(b)(1) And (b)(2). past Performance Questionnaire
Closing Date30 May 2025
Tender AmountRefer Documents 

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
United States
Details: General Services Administration (gsa) Seeks To Lease The Following Space: state:california city:san Diego delineated Area: north: Beginning At Pacific Hwy And Ash St., Continue On Ash St. To Russ Blvd., east: Interstate 5 Freeway south: Hwy 75 To Harbor Dr. west: Pacific Hwy minimum Sq. Ft. (aboa):11,156 maximum Sq. Ft. (aboa):11,379 space Type:office And Related Space parking Spaces (total): 3 Reserved Structured Parking Spaces 16 Secured Fenced-in Structured Parking Spaces With A Minimum Vertical Clearance Of 6 Feet 8 Inches And An Access Path. Parking Must Be Able To Support Vehicles Weighing Up To 12,500 Pounds Per Vehicle. 21 Unreserved Structured Parking Spaces parking Spaces (surface):0 Surface parking Spaces (structured):40 Structured full Term:15 Years firm Term:10 Years option Term:n/a additional Requirements: space Will Be Occupied By Government Law Enforcement Agency With Special Build-out Requirements Including Firearms And Ammunition Storage; Secure Evidence Room, Holding Cell, Digital Science/computer Laboratory (not A Physical Science Lab.), Etc. space Cannot Be Located On The 1st Or Top Floor Of The Building space Cannot Be Located Near A Foreign Country Suite Or Office. space Must Have Access To A Loading Dock And Freight Elevator. 24/7 Hvac Will Be Required For Specific Rooms Within The Leased Space. additional Requirements To Be Stated In The Request For Lease Proposal (rlp). offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 100-year Flood Plain. entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In San Diego, That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. expressions Of Interest Due:january 15, 2025 market Survey (estimated):tbd occupancy (estimated):may 1, 2026 send Expressions Of Interest To: name/title: mash Braimah & John Winnek email Address: mash.braimah@gsa.gov; John.winnek@gsa.gov government Contact Information lease Contracting Officer:joseph Yu broker: cushman Wakefield – John Winnek And Mash Braimah – Slate Advisors, Llc (small Business Partner)
Closing Date16 Jan 2025
Tender AmountRefer Documents 

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: Market Research For Small Business Firms Due By 2:00 Pm On April 9th, 2025 this Is A Sources Sought Notice Only. This Is Not A Solicitation Or A Request For Proposal And No Contract Will Be Awarded From This Notice. No Solicitation Or Specifications Are Available At This Time. Please Monitorsam.govas This Sourcessought Noticewill Not Be Linked To The Solicitation. the General Services Administration (gsa), New England Region, Acquisition Management Division, Is Conducting Market Research To Determine If Any Sdvosb, Hub Zone, Edwosb Or 8(a) Small Business Concern Has The Current Relevant Qualifications, Experience, Personnel, And Capability To Perform The Work Described Herein. All Interested Small Business Firms Should Respond. the Contractor Shall Provide For Any And All Provisions To Include But Not Limited To Complete Renovation Of The National Parks Service (nps) Building 107 At The Charlestown Navy Yard (cny) In Boston, Ma.it Is A Three Story, 60,000sf Masonry Structure Constructed In 1904 To House The Cny Drafting Offices And Maintenance Shop. The Project Will Renovate The Entire Structure Including Building Envelope Work Consistent With Historic Standards (repointing, Roof Deck And Insulation, Slate Roofing, Skylights, Copper Gutters And Downspouts, Windows) And Full Interior Renovation To Repurpose The Building For Multi-departmental Nps Office Occupancy, To Include All Systems (mep & Hvac). the Estimated Cost Is Between $50,000,000 And $70,000,000. all Qualified Small Businesses Are Encouraged To Respond. Respondents Will Not Be Notified Of The Results Of The Evaluation. The Main Purposes Of This Sources Sought Notice Is To Assist The Contracting Officer In Determining If A Set-aside Is The Acceptable Strategy For The Procurement. the Appropriate Naics Code Is236220, Commercial And Institutional Building Construction With A Size Standard Of $45 Million. it Is Requested That Interested Parties Submit A Brief Capabilities Package. The Package Shall Address, At A Minimum, The Following: (1) Examples Of Projects Worked Within The Last Five Years Of Similar Size, Scope, Complexity And Duration As The Work Indicated. State Whether Your Firm Worked As A Prime Or Subcontractor, Contract Value, Brief Description Of How The Referenced Contract Relates To The Work Described And Provide An Agency Or Owner Point Of Contact. (2) Company Profile, To Include Number Of Employees, Annual Receipts, Office Location(s), And Sam Uei. (3) Evidence To Establish Your Company's Standing As A Sdvosb, Hubzone, Edwosb Or 8(a) Small Business Concern, Under Applicable Naics. (4) Describe How You Will Provide A Fair Market Price Given The Geographical Location Of This Project. (5) A Positive Statement Of Your Intention To Submit A Bid For This Requirement If Set-aside For Your Socio-economic Group. again, This Is Not A Request For Proposals.responses Must Be Received No Later Than2:00 Pm, Local Time On April 9th, 2025.electronic Submissions Shall Be Sent Via Email To Vanessa.colquitt@gsa.gov. Questions Regarding This Notice May Be Addressed To Vanessa.colquitt@gsa.gov. Failure To Submit All Information Requested Will Result In A Contractor Not Being Considered As An Interested Small Business Concern.
Closing Date9 Apr 2025
Tender AmountRefer Documents 

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+1Building Construction
United States
Details: The Procurement Will Include A Wide Range Of Construction Projects Over The Period Of Performance Utilizing The Db Or Dbb Task Order Contract Approach. Primarily, Task Orders Will Consist Of Repair/alteration And Tenant Finish Projects For Gsa And Other Government Agencies In Occupied Federally Owned Or Leased Buildings. A Typical Task Order Could Contain Some Or All Of The Following: Modifications To Architectural Components And Related Electrical Systems Associated With, But Not Limited To Ceilings, Walls, Floors (including Access Floor Systems), Roofing Systems, Millwork And Wall Covering. Work May Also Include Modifications And Replacement Of Mechanical Systems To Include, But Not Limited To: Air Handling Units, Chillers, Boilers, Ductwork Systems And Accessories, Piping Systems (including Pumps), Hvac System Controls, Fire Protection Sprinkler Systems And Accessories, And Plumbing Equipment/accessories. In Addition, Scope May Include Work On Electrical Systems Including, But Not Limited To Lighting Systems, Primary And Secondary Power Distribution Systems, And Transformers. Special Competencies Will Be Required For Any Work Involving Membrane Roofing, Asbestos Abatement, Pcb Removal And/or Elevator Work. Interested Parties Must Be Capable Of Providing The Services Associated With The Aforementioned Competencies. the Contractor’s Principal Tasks May Include, But Are Not Limited To: Renovation And Conversion Of The Building In Accordance With The Specifications, Administration Of The Construction Contract And All Subcontractors, Field Verification And Site Investigations, Required Testing, Reviewing Designs, Preparing Cost Estimates, Reviewing Cost Estimates, Providing Schedules, Reporting On Progress, Resolving Problems, Conducting Value Engineering Or Alternate Means And Methods Recommendations, Performing Constructability Reviews, Submittals, Coordination Of All Documents And Requirements, Promptly Reporting To The Contracting Officer Any Ambiguities Or Discrepancies Found In The Project Requirements Or Documents, Coordination Of All Activities, Coordination Of All Meetings, Construction Administration And Execution Of Quality Control Plan, Commissioning, Performing Administrative Collection Of Sustainable Design And Construction-related Materials And Processes, Construction Waste Recycling Receipts, Compliance With Applicable Building Codes And Regulations, Critical Path Method (cpm) Scheduling, Maintenance Of Construction Records Including Daily Logs And Monthly Reports, Monitoring Of Construction Costs, Managing Turnover Of Completed Projects To Designated Facility Management Staff, And Other Required Supplemental Services As Requested By Gsa. The Contractor Shall Have A Full Understanding Of The Project, Its Contract Documents, And The Principles Of Federal Construction And Contract Administration, And Other Services As Defined In The Contract Documents. the Db Requirements Of The Project Can Include, But Are Not Limited To, Review, And Evaluation Of The Concept, Design Development And Construction Document Submission For Constructability, Value Engineering Or Alternate Means And Methods Recommendations, Identification Of Any Problems Or Errors In The Design Documentation, Consultation During Construction Document Production, Preliminary Project Schedule Development, Primary Cost Estimates During Design Development And Construction Documents, And Development Of Subcontractor And Supplier Interest. task Orders May Require Pre-construction Phase Services And Shall Include, But Are Not Limited To, Review, And Evaluation Of The Concept, Design Development And Construction Document Submission For Constructability, Value Engineering Or Alternate Means And Methods, Recommendations, Identification Of Any Problems Or Errors In The Design Documentation, Consultation During Construction Document Production, Preliminary Project Schedule Development, Primary Cost Estimates During Design Development And Construction Documents, And Development Of Subcontractor And Supplier Interest.
Closing Date13 Feb 2025
Tender AmountRefer Documents 

NATIONAL PARK SERVICE USA Tender

Others...+1Electrical and Electronics
United States
Details: Pre-solicitation Announcementsequoia And Kings Canyon National Parksseki Chiller Replacementrfp No. 140p8525q0034the National Park Service (nps), Sequoia National Park Located In California, Has A Requirement To Replace The Failing Fire Management Office Chiller With A New Chiller System.this Project Involves The Demolition, Removal, Disposal, Replacement, Re-charge Of The Chilled Water Loop Solution, Start-up, Testing, And Training Of Staff, Of The Packaged Aircooled Chiller At The Fire Management Office At The Ash Mountain Area Of Sequoia National Park, Tulare County, California. The Contractor Shall Provide All Labor, Equipment, Materials, And Any Other Thing Necessary To Accomplish This Work As Specified Herein.1. The Existing Air-cooled Chiller Was Installed Circa 1999 As Part Of A Redesign Of Thebuilding Hvac System. A Copy Of The Plans For That Project Will Be Provided In The Solicitation.the Existing Chiller Is A 40-ton Capacity Carrier Model 30gur060-e-520fc. It Is Sited Exterior To The Building In A Fenced Enclosure. The Intent Of This Project Is To Replace This Unit In-kind With Respect To Capacity While Maximizing The Efficiencies And Advantages Available With Newer Equipment.2. The Present Unit Is Designed For And Furnished With 208-230 Vac 3 Phase Electrical Power With A Building Mounted Disconnect Fused At 150 Amps. The Site Elevation Is Approximately 1,690 Feet Above Mean Sea Level. This Procurement Is Set-aside For Small Business (sb) Concerns Only. Offers Received From Concerns That Are Not Small Business Concerns Shall Be Considered Nonresponsive And Will Be Rejected. The North American Industry Classification System (naics) Code Is 238220; The Small Business Size Standard Is $19.0 Million. The Construction Magnitude For This Solicitation Is $100,000.00 To $250,000.00. The Government Intends To Award A Single, Firm-fixed-price Contract. Award Selection Will Be Made On A Comparative Evaluation Of Offers Considering Price And Other Non-price Factors (technical Capability And Past Performance) As Listed In The Rfq. The Rfq Will Be Available Via Electronic Commerce Only And May Be Accessed On Or About 2 May 2025, At Sam.gov: Https://sam.gov/. The Due Date For Quotes Is Estimated To Be 21 May 2025. However, This May Be Extended At The Discretion Of The Government. Prospective Offerors Are Responsible For Periodically Checking These Websites For Any Amendments That May Be Issued Prior To The Closing Date Of The Rfq.an Organized Site Visit Has Not Been Scheduled. If One Is Required/requested Information On The Site Visit Will Be Included In The Solicitation.system For Award Management: Offerors Shall Be Required To Have A Sam Unique Entity Identifier Number And An Active Registration In The System For Award Management (sam) (www.sam.gov) In Order To Conduct Business With The Federal Government. Offerors Will Be Required To Complete Online Representations And Certifications At The Sam Website.a Contract Award May Or May Not Result From This Solicitation, And All Costs Associated With Preparing Proposals Are At The Contractor¿s Own Expense.note: Information Contained In This Pre-solicitation Announcement Is Subject To Change.
Closing Date2 May 2025
Tender AmountRefer Documents 

Establishments And Organizations Of Higher Education, Research And Innovation Tender

Civil And Construction...+1Building Construction
France
Details: This call for tender concerns the renovation work on level 0 of building B of the Manufacture Campus. Lot 1 – HVAC Plumbing Lot 2 – Plastering Painting False ceilings Lot 3 Exterior and interior joinery Lot 4 – Floor coverings Lot 5 Electricity CFO CFA
Closing Date16 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Sources Sought Notice Construction Multiple Award Task Order Contract (matoc)this Sources Sought Notice Is Being Issued For Market Research Purposes To Determine The Availability, Capability, And Interest Of Large And Small Business Firms For A Potential Government Requirement. No Solicitation Is Available. Requests For A Solicitation Will Go Unanswered. No Award Will Be Made From This Notice. Responses Will Be Used To Determine Potential Acquisition Strategies, Understand Current Market Capabilities, And To Gain Knowledge Of Potential Sources. General Scope: The United States Army Corps Of Engineers (usace) Transatlantic Middle East District (tam) Anticipates A Potential Requirement For A Seven-year Construction Multiple Award Task Order Contract (matoc) To Provide Repair, Alteration, And Construction Services In Israel, Primarily For The Israeli Ministry Of Defense (imod), But May Be Used For Other Customers With Requirements In Israel. Task Orders May Include, But Are Not Limited To, Maintenance, Repairs, Alterations, Construction, Demolition, Excavation, Site And Infrastructure Improvements (e.g. Fencing, Utilities, Roads, Parking, And Drainage), System Maintenance (e.g. Heat Ventilation Air-conditioning (hvac)), Airfield Aprons And Pavements, Asbestos Abatement, And Any Supporting Work Necessary To Construct Complete And Usable Facilities To Support The Israeli Ministry Of Defense (imod) And Foreign Military Sales (fms) Programs. The Potential Requirement May Result In A Matoc Solicitation In Approximately May 2025. If Solicited, The Government Intends To Award The Anticipated Requirement By Approximately December 2025.in Accordance With Defense Federal Acquisition Regulation Supplement (dfars) 236.204(iii), The Government Currently Estimates The Magnitude Of Construction For The Potential Matoc Is Over $500,000,000. Anticipated Task Orders Are Expected To Range From $5,000,000 To $500,000,000. The North American Industrial Classification System (naics) Code For The Potential Requirement Is Anticipated To Be 236220 Commercial And Institutional Building Construction. Contractors With The Skill, Capabilities, Workload Capacity, And Ability To Obtain Bonding To Complete The Work Described Above (either Through Self-performance And/or Subcontractor Management) Are Invited To Provide Capability Statements To The Primary Point Of Contact Listed Below. Capability Statement: Responses Must Be Limited To 20 - 8.5?x11? Pages With A Minimum Font Size Of Arial Point 10 Or Equivalent. Please Complete The Attached Questionnaire. Please Submit All Capabilities Statements, Information, Brochures, And/or Marketing Material As One .pdf Document, Limited To The Page Maximum Above. Responses Will Not Be Considered An Offer, Proposal, Or Bid For Any Solicitation That May Result From This Notice. Moreover, Responses Will Not Restrict The Government To A Specific Acquisition Approach. This Notice Is For Information And Planning Purposes Only. Respondents Will Not Be Notified Of The Results Of Any Review Conducted Or The Capability Statements Received. Respondents Will Not Be Compensated. Please Provide Responses And/or Questions By E-mail To The Contract Specialist, Tracy Gusukuma At Tracy.m.gusukuma@usace.army.mil And The Contracting Officer, Matt Durbin At Matthew.d.durbin@usace.army.mil By 5:00 Pm (et) January 09, 2025.please Include The Sources Sought Notice Number, ?w912er25r13bb? In The E-mail Subject Line.
Closing Date9 Jan 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Civil And Construction...+2Others, Building Construction
United States
Details: Synopsis defense Supply Center Richmond (dscr) Building 46 Crac Units Replacement this Is A Synopsis For Construction Prepared In Accordance With The Format In Far Part 36, Using Simplified Acquisition Procedures Found At Far Part 13, As Supplemented With Additional Information Included In This Notice. The Solicitation Numbersp4703-25-r-0010is Issued As A Request For Quote (rfq). The Resulting Contract Will Be A Firm-fixed Price Type Award. This Acquisition Is Set-aside For 100% Small Businesses. The North American Industry Classification System (naics) Code Is238220 (plumbing, Heating, And Air Conditioning). The Small Business Size Standard Is $19m. Department Of Labor Wage Determination Based On Location Of The Service Provided (chesterfield County, Va). Partial Proposals Will Not Be Accepted. for An Offer To Be Considered For Award, The Contractor Must Be Within A Commutable Driving Distance To The Dscr Facility. A 120-mile Radius From Dscr Is Considered The Commutable Radius. Moreover, The Contractor Shall Be Normally Engaged In Hvac, As Their Primary Line Of Business. award Will Be Made To The Lowest Priced, Technically Acceptable (lpta) Offeror That Meets The Requirements Stated In The Statement Of Work And The Solicitation. Also Refer To Clauses And Provisions Includes In This Notice. Past Performance Will Be Considered A Part Of Technical Acceptability, And The Contracting Officer Will Pull Contractor Data From Cpars And Sprs. the Contractor Must Be Registered In The System For Award Management (sam) Prior To Award. If Not Already Registered In Sam, Go To The Sam Website Www.sam.gov To Register Prior To Submitting Your Quote. all Inquiries Must Be Submittedno Later Than 7 Business Days Prior To Closing Date. Acceptable Method Of Quote Or Inquiries Submission Is Email To Nicholas.mace@dla.mil. questions Are Due Onjune 04,2025, End Of Day.submit Questions Via Email To Nicholas.mace@dla.mil. quotes Are Duejune 13, 2025, End Of Day. site Visit Is Tbd And Will Be Published On Sam.gov Under This Solicitation Listing. access To Defense Supply Center Richmond Is Dictated By The Language At The Following Location: https://www.dla.mil/aviation/installation/visitors-and-id-office/ the Points Of Contact (poc) For This Requirement Are Nic Mace (nicholas.mace@dla.mil). reference Attachment 1 - Statement Of Work (sow) For Additional Work Scope And Details. maginitude Of Construction 36.204 Disclosure Of The Magnitude Of Construction Projects. | Acquisition.gov in Accordance With Far Part 36.204(a), The Estimated Magnitude Of Construction For This Project Is Between $250,000.00 And $500,000.00. liquidated Damages 52.211-12 Liquidated Damages-construction. liquidated Damages-construction (sept 2000) (a) If The Contractor Fails To Complete The Work Within The Time Specified In The Contract, The Contractor Shall Pay Liquidated Damages To The Government In The Amount Of _$500_ For Each Calendar Day Of Delay Until The Work Is Completed Or Accepted. (b) If The Government Terminates The Contractor’s Right To Proceed, Liquidated Damages Will Continue To Accrue Until The Work Is Completed. These Liquidated Damages Are In Addition To Excess Costs Of Repurchase Under The Termination Clause.
Closing Date14 May 2025
Tender AmountRefer Documents 

NATIONAL PARK SERVICE USA Tender

Others...+2Electrical and Electronics, Electrical Works
United States
Details: 140p4525r0016: Rehabilitate Mechanical System, Steamtown National Historic Site, Scranton, Pathis Is A Pre-solicitation Notice Only. This Pre-solicitation Announcement Is Not A Solicitation Document, But A Pre-notice Of An Upcoming Solicitation. Full Solicitation 140p4525r0016, Posted Under The Title: Rehabilitate Mechanical Systems, Steamtown National Historic Site, Scranton, Pa Will Be Issued Electronically On The System For Award Management (www.sam.gov) Website On Or About April 24, 2025.the Department Of The Interior, The National Park Service Ny Mabo Intends To Issue A Request For Proposal (rfp) For A Construction Solicitation Consisting Of Rehabilitating The Hot Water And Air System Serving The History Museum And The Hot Water System At The Locomotive Shop At Steamtown National Historic Site. This Project Will Include Complete Installation Of The Hot Water System, Including Boilers, Vents, Piping, And Propane Tanks (for History Museum And Locomotive Shop). New Hot Water Pumps Will Be Provided Along With Some Modifications To The Hot Water Systems. The Entire Solicitation Package, With All Attached Documents, Will Be Available In Microsoft Word, Excel, Html Or Adobe Pdf Formats Through Sam.gov. Paper Copies Of This Solicitation Will Not Be Made Available. Specific Instructions On Submitting Your Proposal Will Be Contained In The Solicitation Documents To Be Issued. In Accordance With Far 36.204 The Magnitude Of This Contract Is Between $1,000,000.00 - $5,000,000.00. Award Will Be Made To Offeror Providing The Best Value To The Government. The Resulting Contract Will Be Firm Fixed Price. In Addition To Price, The Government Will Evaluate Other Factors, Such As Experience And Past Performance In Successfully Completing Hvac Repairs And Construction.this Solicitation Will Use Full And Open Competitive Procedures And Will Be Issued On An Unrestricted Basis. This Procurement Is Subject To Federal Acquisition Regulation (far) Part 15, Contracting By Negotiation. Proposals Are Due Approximately Thirty (30 Days) Following Issuance Of The Anticipated Solicitation. Search By Referencing Solicitation Number 140p4525r0016.offerors Must Be Currently Listed In The System For Award Management (www.sam.gov) For This Solicitation's Naics Code. Offerors Not Listed May Be Deemed Ineligible For Further Consideration For Award. Offerors Are Required To Have A Unique Entity Identifier (uei) And An Active Registration With Current Representations And Certifications In Sam As Of The Solicitation Closing Date. All Offerors Must Establish And/or Maintain An Active Registration And Have Up To Date Representations And Certifications At Http://www.sam.gov Prior To Closing Date Of This Rfp.the Government Reserves The Right To Cancel This Request For Proposal.offerors Must Be Currently Listed In The System For Award Management (www.sam.gov) For This Solicitation's Naics Code. Offerors Not Listed May Be Deemed Ineligible For Further Consideration For Award. Offerors Are Required To Have A Unique Entity Identifier (uei) And An Active Registration With Current Representations And Certifications In Sam As Of The Solicitation Closing Date. All Offerors Must Establish And/or Maintain An Active Registration And Have Up To Date Representations And Certifications At Http://www.sam.gov Prior To Closing Date Of This Rfp.the Government Reserves The Right To Cancel This Request For Proposal.
Closing Date27 May 2025
Tender AmountRefer Documents 
3131-3140 of 3406 archived Tenders