Hvac Tenders

Hvac Tenders

BUREAU OF INDIAN AFFAIRS USA Tender

Housekeeping Services
United States
Closing Date10 Jan 2025
Tender AmountUSD 22.1 K 
This is an estimated amount, exact amount may vary.
Description: Cleaning Of Hvac/air Ductsthis Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Will Not Be Issued. The Solicitation No. Is 140a0325q0003 And Is A Request For Quotes.this Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-07 Effective September 30, 2024.award Type The Government Contemplates Awarding A Firm-fixed-price (ffp) Purchase Order.set A-side This Procurement Is Being Set Aside 100% For Indian Economic Enterprises (iee) In Accordance With The Buy Indian Act Regulations. Under The Buy Indian Act, 25 U.s.c. 47, Offers Are Solicited Only From Indian Economic Enterprises (subpart 1480.8). Any Acquisition Resulting From This Solicitation Will Be From Such A Concern. Offers Received From Enterprises That Are Not Indian Economic Enterprises Will Not Be Considered And Will Be Rejected. When Submitting A Quote In Response To This Solicitation, The Offeror Shall Include A Signed And Completed Copy Of The Iee Representation Form Attached To This Solicitation. Failure To Submit A Complete And Signed Form May Result In The Offeror Being Disqualified From The Competition And Ineligible For Contract Award.north American Industry Classification System (naics) Code Naics Code: 561790, Other Services To Building And Dwellings, With A Size Standard Of $9m.period Of Performance - Contractor Is Expected To Start Work And Complete All Services Within 15 Days Of Award. Contractor Must Notify The Point Of Contact In The Award Document To Confirm Start Date. All Work To Be Done Between Monday Through Friday Between The Hours Of 8:00 Am And 4:30 Pm And Closed On Federal Holidays And Weekends. Point Of Contact Is Melinda Warner, Phone 785-486-2161. Description/specifications Statemen Of Work Is Included As Attachment #1. A Map Of The Building Is Included As Attachment #2.contact Information: Jocelyn Little Chief, Contracting Officer; Phone (580) 450-5740. Email: Jocelyn.littlechief@bia.gov.instructions, Conitions And Notices To Offerors: Quotes Can Be Submitted Via Mail Or Email. All Quotes Are Due January 10, 2025, 2:00pm Central Standard Time And Should Include The Following:1. Sf-14492. Summary Of Proposed Work 3. Iee Representation Form, Attachment #3all Contractors Submitting Quotes Must Be Registered In The Sam At Www.sam.gov At The Time Quotes Are Due. To Register Or Learn More About Sam, Go To Http://www.sam.gov.far Clauses The Following Far Clauses Apply To This Acquisition: Far 52.212-1, Instructions To Offerors Commercial Items; Far 52.212-3, Offeror Representations And Certifications Commercial Items; Far 52.212-4, Contract Terms And Conditions Commercial Items; And Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items. In Paragraph (b) Of Far 52.212-5(b), The Contractor Shall Comply With The Following Far Clauses That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Order Applicable To Acquisitions Of Commercial Items: Far 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving; Far 52.225-1 Buy American Act-supplies; Far 52.232-33, Payment By Electronic Funds, 52.232-99, Providing Accelerated Payment To Small Business Subcontractors.diar Clauses1452.204-70 Release Of Claims (jul 1996)1452.228-70 Liability Insurance (jul 1996)1452.280-2 Notice Of Indian Economic Enterprise Set-aside. (feb 2021)1452.280-4, Indian Economic Enterprise Representation.evaluationevaluation - Commercial Products And Commercial Services. (nov 2021)(a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. Award Will Be Made Using A Lowest Price Technically Acceptable (ltpa) Approach; The Government Will Award To The Lowest Priced Offeror That Is Determined To Meet Or Exceed The Specifications And Provides The Best Delivery And Setup Time.(b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offers Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision)the Federal Acquisition Regulation Clauses And Provisions Are Available On The Internet At: Http://www.acqusition.gov Or May Be Requested From The Contracting Officer.

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents 
Details: This Notice Does Not Constitute A Request For Proposal, Request For Quote Or Invitation For Bid. the Intent Of This Pre-solicitation Synopsis Is To Make Notice Of A Proposed Contract Action For A Small Business Design-bid-build, Indefinite Delivery/indefinite Quantity (idiq) Multiple Award Construction Contract (macc) For General Construction Projects Primarily Aboard Marine Corps Air Station (mcas) Cherry And Marine Corps Base (mcb) Camp Lejeune In The Navfac Mid-atlantic Marine Corps Installation (mci) East Area Of Responsibility (aor). this Solicitation Has Been Approved By The Navfac Office Of Small Business Programs And Small Business Administration Procurement Center Representative As Small Business Set-aside. The Appropriate Northern American Industry Classification System (naics) Code For This Procurement Is 236220 – Commercial And Institutional Building Construction And The Small Business Size Standard Is $45,000,000. This Will Be A Source Selection Procurement Requiring Both Non-price (technical And Past Performance) And Price Proposals, And Will Utilize The Best Value Tradeoff Continuum At Far 15.101-1. The Basis For Evaluation And Evaluation Factors For Award Will Be Included In The Solicitation. project Description: Construction Projects To Be Performed Under This Macc Will Require The Ability To Manage Multiple Task Orders Concurrently Aboard Mcas Cherry And Mcb Camp Lejeune In The Navfac Midlant Mci East Aor. This Macc Will Encompass A Wide Range Of Design-bid-build Projects That Include, But Are Not Limited To, New Construction, Demolition, Repair, Alteration, And Renovation Of Buildings, Systems And Infrastructure And May Include Civil, Structural, Mechanical, Electrical, Fire Protection, And Communication Systems. Types Of Facilities May Include, But Are Not Limited To, Administrative, Industrial, Warehouses, Maintenance, Hangars, Communications, Personnel Support, Recreation, Lodging, Dormitory, Roads, Etc. Lead Or Asbestos Abatement May Be Required. Work In Explosive Facilities May Be Required. The Selected Contractor(s) Will Be Responsible For All Labor, Supervision, Engineering, Design, Materials, Equipment, Tools, Parts, Supplies, And Transportation To Perform All Of The Services Described In The Drawings And Specifications Provided For Each Individual Project. Work May Be Required At Other Locations In The Area Of Responsibility Of Navfac Mid-atlantic Mci East If Deemed Necessary. the Government Intends To Award No More Than Five (5) Contracts Resulting From This Solicitation To The Responsible Offerors Whose Proposals Represent The Best Value After Evaluation In Accordance With The Factors In The Solicitation. This Solicitation Will Result In A Competitively Negotiated Firm Fixed-price Idiq Macc. The Aggregate Value Of All Contracts Awarded From Any Resultant Solicitation Is Anticipated To Be $495,000,000 Over The Base Year And Four Option Periods Combined, Not To Exceed 60 Months. Task Orders Will Be Firm Fixed-priced, Normally In The Range Of $150,000 To $15,000,000 Per Order. However, Task Orders Under Or Over These Amounts May Be Considered If Deemed To Be In The Government’s Best Interest And Approved By The Contracting Officer. The Government Guarantees An Award Of $5,000 To Each Successful Offeror Over The Full Term Of The Contract, Including Option Years. the Initial Project (“seed Project”) That Will Be Awarded As The First Task Order Concurrently With The Basic Contract Is Project Building 1005, Design Wing Relocation, Mcb Camp Lejeune, North Carolina. The Seed Project Consists Of The Removal Of All Interior Hvac, Electrical, Flooring, Suspended Ceilings, Walls, Doors In The Current Roicc Office Suite As Well As Removal Of A Concrete Landing And Sidewalks Outside Of The Suite. The Project Also Includes The Removal Of The Ceilings In Suite 55 Only. The Former Roicc Office Suite Will Be Up-fit With New Hvac, Electrical, Interior Flooring, Suspended Ceilings, Finishes, Walls, Doors And Exterior Ramps And Sidewalks As Per The Design Documents And All Incidental Related Work. the Procurement Method Utilized Is The Federal Acquisition Regulation (far) Part 15, “contracting By Negotiation.” in Accordance With Far 36.204, The Magnitude Of Construction For The Seed Project Is Between $1,000,000 And $5,000,000. a Sources Sought Notice Was Issued Seeking Eligible Small Business, 8(a), Hubzone, Service-disabled Veteran-owned, And/or Women-owned Small Businesses Capable Of Performing The Requirements Of This Solicitation. The Sources Sought Notice Yielded Twenty-three (23) Responses. From The Twenty-three (23) Capabilities Packages Received, Ten (10) Of The Firms Were Found To Have The Requisite Experience And Bonding Capacity To Successfully Perform On This Proposed Contract. Successful Award And Completion Of The Requirements Can Be Achieved By Soliciting The Contract As A Set-aside For Small Businesses. On 11 October 2024, The Small Business Association Representative Approved A Dd2579 Small Business Coordination Record Recommending A Total Small Business Set-aside Procurement. the Request For Proposal (rfp) Will Be Issued On Or About 24 January 2025. All Documents Will Be In Adobe Portable Document Format (pdf) And Downloadable From The Piee Website Located At Https://piee.eb.mil/ And Sam.gov Website Located At Https://www.sam.gov. A Free Adobe Acrobat Reader, Required To View Pdf Files, Is Available For Download From The Adobe Website. Contractors Are Encouraged To Register For The Solicitation When Downloading From The Website. Only Registered Contractors Will Be Notified By Email When Amendments To The Solicitation Are Issued. important Notice: All Prospective Contractors Must Be Registered In The System For Award Management (sam). You Must Have An Active Registration In Sam To Do Business With The Federal Government. For Additional Information, Go To Www.sam.gov. questions Regarding This Notice Should Be Directed To Jonathan Durham At Jonathan.m.durham.civ@us.navy.mil

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents 
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)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Details: Pre-proposal Conference (industry Day) date: 30 January 2025 At 10:00 Am Est, Virtual Meeting Via Teams this Industry Day Conference Is An Informational Presentation That Will Include A Question/answer Session. Contractors And Their Subcontractors Interested In Attending This Industry Day For The Niagara Falls Ars Project Are Requested To Submit Their Names Via Email To The Usace Contracting Specialist, Ms. Charity Mansfield At Charity.a.mansfield@usace.army.mil Nlt 4:00 Pm Est On 27 January 2025. this Is Not A Request For Proposal, An Invitation To Bid, Or A Request For Quotation. Therefore, This Event Is Not To Be Construed As A Commitment By The Government To Enter Into A Contract Nor Will The Government Pay For Information Provided To The Government In A Response Nor Pay For Administrative Costs Incurred Attending The Industry Day Event. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement. teams Link: https://dod.teams.microsoft.us/l/meetup-join/19%3adod%3ameeting_bdbe58dae3ea4a1baeacf0e6103cf177%40thread.v2/0?context=%7b%22tid%22%3a%22fc4d76ba-f17c-4c50-b9a7-8f3163d27582%22%2c%22oid%22%3a%229e6c2bed-6282-4de9-98d7-1f8ecc70997e%22%7d meeting Id: 993 880 212 848 passcode: Gm6md7du dial In By Phone: +1 503-207-9433,,806426912# United States, Beaverton phone Conference Id: 806 426 912# project Description: Please Join Us For An Industry Day Hosted By The Louisville, District, United States Army Corps Of Engineers To Discuss The Niagara Falls Ars Project To Construct An Addition To Building 321 For Kc-135 Boom Operator Weapon System Trainer (bowst) And The Renovation Of Building 321 For The Operational Flight Trainer (oft). the Government Is Planning To Issue A Small Business Set Aside Invitation For Bid (design/bid/build) For The Construction Of A 2,500 Sf (232.3 Sm) Boom Operator Weapons System Trainer (bowst) Addition To Building 321 And Renovations Of B321 To Meet Facility Design Requirements For The Officer Flight Trainer (oft) Simulator. the Procurement And Installation Of The Bowst And Oft Simulators Are The Responsibility Of The Government And Not Part Of This Project, However, The Contractor Will Be Responsible For Commissioning Certain Systems After The Simulator Installation. After The Oft Simulator Is Installed, The Contractor Will Be Responsible For Installing The Deluge Fire Suppression System Under The Oft Simulator. all Existing Tenants Will Be Relocated, And The Building Will Be Turned Over To The Contractor For The Period Of Construction. the Bowst Addition Is A Minor Milcon Project And The Base Bid. The Oft Renovation Project Is Operation & Maintenance Funded And Will Be Listed As Options To The Contract. construction For The Addition Is To Comply With Bowst Manufacturer Requirements To Include Minimum Bowst High Bay Size Of 21’ H, 33’x34’; Insulated Overhead Door Access, Three Briefing Rooms, One Debriefing Room, Parts Storage Room, Computer Room, And Mechanical/electrical Room. Facility To Include Reinforced Concrete Foundation And Floor Slabs, Steel Framing And Trusses, Masonry Exterior Walls, Standing Seam Metal Roofing System, Hvac, Electrical, Lighting, And Fire Systems. Computer Room Flooring Rated For Minimum 1,000-pound Rolling And 250-pound Concentrated Loading. Interior And Exterior Communications Infrastructure Is Included And Designed For Peak Use. Provide All Supporting Utilities, Pavements, And Landscaping Required For A Complete And Usable Facility. Exterior Finishes To Match Or Compliment Installation Architectural Standards. Include Space For Mechanical/electrical Equipment, Egress, And Personnel Circulation. Facility Layout To Meet Authorized Functional And Operational Mission Needs Of The Assigned Unit And Bowst. The Site Will Include All Utility Connections And Paved Maintenance/vehicle Access Route To High Bay. Additionally, The Existing Rain Garden On Site Will Be Replaced With A Bioretention Basin To Meet The Stormwater Requirements. Low Levels Of Pfos/pfoa Have Been Detected In The Soil And Groundwater Near The Bowst Site. Management, Testing, And Disposal Of Soil/groundwater To Comply With Niagara Falls Air Reserve Station, State And Federal Regulations For Pfos/pfoa Contamination Will Be Required As Part Of This Project. construction For The Renovation Is For The Oft Simulator Space To Make It Secure And Compliant With Open Storage Requirements So The Sims Can Be On The Maf Dmo Dtcn Secure Network 24/7. Modify Interior Partitions And Doorways To Support Adequate Briefing Room Spaces Impacted By Bowst Addition And To Use Dedicated Computer Room Space More Efficiently. Modify Room 108a To Provide Environmental Controls And Adequately Sized Door Opening So Hpu And Mcc Fit. Facility Layout To Meet Authorized Functional And Operational Mission Needs. Install 2-ton Overhead Crane In The High Bay. Install A New Drawbridge Tower And Stair Assembly. Install Chilled Water Supply For Cooling. Facility To Include Properly Located And Sized Hvac, Electrical, Lighting, And Fire Suppression Systems. Install Raised Pad For Mcc In Hydraulic Room. A New Exterior Pad Is Required For Ahu Cockpit Condenser. Replace Existing 6” Thick Permeable Concrete Pavement Parking Areas With Salt Resistant 6” Concrete Pavement. contract Duration Is Estimated At 681 Calendar Days. The Estimated Cost Range Is Between $5,000,000 And $10,000,000. Naics Code Is 236220. this Posting Will Be Updated To Include The Industry Day Presentation Following Completion Of This Pre-proposal Conference.

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Details: ***amendment 0001 - See Attached Document For Amendment 0001. ------------------------------------------------------------------------- description:the U.s. Army Corps Of Engineers (usace) Louisville District Has Issued Request For Proposal (rfp) Solicitationw912qr-25-r-0004 For The Design-build New Construction And Renovation Of The Artificial Intelligence & Machine Research Cetner Capability (aimr-2c), Building 653, Wright-patterson Airforce Base (wpafb), Ohio. Construction Of A Two Story, Approximately 6,000 Square Foot Addition, As Well As Repairs To Facility 20653 To Support Artificial Intelligence & Machine Research Center Capability (aimr-2c). An Existing Corridor Between 20653 And 20654 Is To Remain. The Lower Level Will Include Access To The Existing Basement In 20653. Repairs Include Necessary Hvac, Life Safety Systems, Plumbing And Utility Alterations To Accommodate Connections From Facility 20653 To The New Addition. Minimal Alterations Will Also Be Needed To The Existing Facility To Allow Entry Into The New Addition From Facility 20653 At The Ground And 1st Floor Levels. A Portion Of The Existing Corridor Connecting Facility 20653 And 20654 Will Require Reconfiguration Repairs To Accommodate The New Addition. Additional Work Is Required To Relocate An Existing Concrete Handicap Ramp And Repair Spalling Concrete On One Of The Corridor Support Columns. the Contract Duration Is At Five Hundred And Thirty-one (531) Calendar Days From Contract Notice To Proceed. type Of Contract And Naics:this Rfp Is For One (1) Firm-fixed-price (ffp) Contract. The North American Industrial Classification System Code (naics) For This Effort Is 236220 - Commercial And Institutional Building Construction. type Of Set-aside:this Acquisition Is A Full & Open Competitive Procurement. selection Process:the Proposals Will Be Evaluated Using A Two-phase Best Value Tradeoff Source Selection Process. construction Magnitude:the Magnitude Of This Construction Project Is Anticipated To Be Between $5,000,000 And $10,000,000 In Accordance With Far 36.204. pre-proposal Conference: A Pre-proposal Conference Will Be Held For Those Contractor(s) Selected For The Phase Ii Amendment. solicitation Website:the Official Solicitation, When Posted, Will Be Available Free Of Charge By Electronic Posting Only And May Be Found At System For Award Management (sam): Offerors Shall Have And Shall Maintain An Active Registration In The Sam Database At Http://www.sam.gov To Be Eligible For A Government Contract Award. If The Offeror Is A Joint Venture (jv), The Jv Entity Shall Have Valid Sam Registration In The Sam Database Representing The Jv As One Business/firm/entity. If At The Time Of Award An Offeror Is Not Actively And Successfully Registered In The Sam Database, The Government Reserves The Right To Award To The Next Prospective Offeror. point-of-contact:the Point-of-contact For This Procurement Is Contract Specialist, Jacob S. Pridemore, At Jacob.s.pridemore@usace.army.mil Or 502-315-6228.

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
United States
Closing Date16 Jan 2025
Tender AmountRefer Documents 
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)

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents 
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.

DEPT OF THE ARMY USA Tender

Others...+1Civil And Construction
Corrigendum : Closing Date Modified
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: Amendment 0004 And Associated Attachments Are Posted To Sam.gov. Reminder That This Amendment Must Be Acknowledged And Submitted With An Offer. **************************************************************** amendment 0003 Is Posted To Sam.gov. This Amendment Extends The Due Date For Proposals To 31 January 2025. 2:00pm Cst. Reminder That This Amendment, Along With All Other Amendments, Must Be Acknowledged And Submitted With An Offer. **************************************************************** amendment 0002 And Associated Attachments Are Posted To Sam.gov. Reminder That This Amendment Must Be Acknowledged And Submitted With An Offer. **************************************************************** amendment 0001 And Associated Attachments Are Posted To Sam.gov. Reminder That This Amendment Must Be Acknowledged And Submitted With An Offer. **************************************************************** the Solicitation Is Restricted To Small Businesses. project Description: the Contractor Shall Provide Material And Labor In Order To Complete Required Work To Modernize Fr Powerhouse Elevator Located At Fort Randall Powerhouse Structure. The Work Shall Include, But Is Not Limited To, Replacement Of All Mechanical And Electrical Components Inside The Elevator Machinery Room And Installation Of A New Hvac Unit Inside The Elevator Machinery Room. The Contractor Will Be Required To Remove The Existing Elevator Mechanical And Electrical Equipment Which May Contain Hazardous Materials Such As Asbestos And Lead-based Paint. the Contractor Will Be Required To Commence Work Upon Receipt Of Contract Award And Complete The Work 365 Calendar Days After Receipt Of Notice To Proceed, This Is Subject To Change After Solicitation Issuance. site Visit: A Site Visit Will Be Scheduled And Additional Information Regarding The Site Visit Is Provided In The Solicitation Via Far Clause 52.236-27. The Site Visit Is Scheduled For 11am On 12 December 2024. estimated Construction Costs: the Estimated Construction Cost Of This Project Is Between $1,000,000 To $5,000,000. naics Code: the Primary North American Industry Classification System (naics) Code Anticipated For Solicitation Is 238290, Other Building Equipment Contractors, With A Size Standard For Small Business Of $22m. obtaining Solicitation Documents: solicitation Documents Will Be Posted To The Web Via Sam.gov. Find Solicitation Announcement In Sam.gov. 1. Use The ‘all Award Data' To Locate The Project (by Entering The Solicitation Number. 2. By Using The ‘login' Feature, It Allows Additional Search Features And Allows You To Keep Your Searches. Login Might Be Required On Some Solicitations That Are Considered Restricted. 3. Once You Have Located Your Project, Click On Link To Solicitation To View The Project. Files May Be Downloaded From The Column On The Left Side Reading ‘attachments/links’. contracting Office Address: usace Omaha District 1616 Capital Ave Omaha, Ne 68102-4901 point Of Contact: allquestions Regarding This Solicitation Should Be Made To The Contract Specialist, Who Can Be Reached By Email: Brandie.l.murphy@usace.army.mil place Of Performance: fort Randall Dam, Pickstown, South Dakota note: Offerors Please Be Advised That An Online Registration Requirement In System For Award Management (sam) Database Http://www.sam.gov/ Exists And Directed Solicitation Provisions Concerning Electronic Annual Representations And Certifications On Sam. Representations And Certifications Are Required To Be Updated Annually As A Minimum To Keep Information Current, Accurate And Complete. The Electronic Annual Representations And Certifications Are Effective For One Year From Date Of Submission Or Update To Sam. Solicitation Documents Will Be Posted To The Web Via Sam.gov. Registration Is Required To Access Solicitation Documents. Sam.gov Provides Secure Access To Acquisition-related Information, Synopsis Or Pre-solicitation Notices And Amendments.

VafabMiljo Municipal Association, VASTERAS Tender

Civil And Construction...+1Others
Sweden
Closing Date31 Jan 2025
Tender AmountNA 
Details: Service And Maintenance Of Ventilation And Cooling Systems And HVAC Inspection – Lot No.: 1 General Part Service And Maintenance Of Ventilation And...

Grondregie Van De Stad Brussel Tender

Services
Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
Belgium
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Details: Title: Stade Vander Putten Stadion_pluridisciplinaireteam description: Het Doel Van De Opdracht Is Op Te Treden Als Projectontwerper Voor De Ontwikkeling Van De Site Vander Putten Stadion (gelegen Aan De Slachthuislaan, 51 Te 1000 Brussel), Met Het Oog Op De Bouw Van Nieuwe Sportinfrastructuur, De Herstructurering En Optimalisering Van De Bestaande Ruimten, De Bouw Van 120 Sociale En Middelgrote Woningen En De Inrichting Van De Omgeving. De Opdracht Van De Projectontwerper Omvat Alle Diensten Met Betrekking Tot De Perfecte Uitvoering Van De Werken, Met Name De Volledige Studies: - Architectuur - Landschaparchitectuur ; - Engeneering Stabiliteit - Een Volledige Engineeringopdracht Van Bijzondere Bouwtechnieken (hvac, Sanitair, Elektriciteit, Verticaal Transport, Akoestiek); - - Epb-adviseur: - Akoestiek - Landmeter ; - Milieudeskundigheid En Duurzaamheid; De Opdracht Inzake Coördinatie Van Gezondheid En Veiligheid Is Niet Inbegrepen In Deze Opdracht En Wordt Verzekerd Door De Opdrachtnemer Van De Grondregie. De Inschrijver Bezorgt Deze Laatste De Elementen Die Nodig Zijn Voor Zijn Opdracht In Samenhang Met Het Project. De Erelonen Zijn Door De Aanbesteder Vastgelegd Door De Toepassing Van Een Forfaitaire Bedrag Van 6.890.000,00 € Excl. Btw Voor Het Multidisciplinaire Ontwerpteam. Raming Van De Werkzaamheden De Aandacht Van De Inschrijver Wordt Gevestigd Op De Wens Van De Aanbestedende Overheid Om Een Project Uit Te Voeren Dat Het Juiste Evenwicht Vindt Tussen Creatieve, Efficiënte En Duurzame Architectuur En Kostenbesparingen Waarvoor De Inschrijver Aandacht Moet Hebben, Zowel Vanuit Het Oogpunt Van De Renovatie Als Van Het Latere Beheer Van Het Gebouw. De Geschatte Kosten Van De Bouwwerkzaamheden Bedragen €62.633.150,00 Exclusief Btw (exclusief Btw, Onvoorziene Kosten, Asbestverwijdering En Verwijdering Van Vervuilde Grond; Inclusief Sloop En Aanpassing Van De Arts & Crafts Elementen). Dit Is Een Gesloten Envelop Die De Bieder Moet Respecteren. De Begroting Zal Worden Gecontroleerd Op Basis Van Toewijzingen, Die Tijdelijk Als Volgt Zijn Uitgesplitst (rekening Houdend Met De Geprogrammeerde Oppervlakten): - Sport- En Jeugdfaciliteiten 38% - D.w.z. €25.210.000,00 (exclusief Btw - Exclusief Omgeving En Sloop) - Uitrusting Voor Parkwachters : 1% - D.w.z. € 812.500,00 (excl. Btw) - Woningen Grondregie: 19% - D.w.z. €12.480.000,00 (excl. Btw) - Woningen Bghm: 28% - D.w.z. €18.720.000,00 (excl. Btw) - Sport Parkeren : 8% - D.w.z. €2.076.000,00 (excl. Btw) - Parkeren + Kelders Woningen Grondregie: 7% - D.w.z. €1.903.000,00 (excl. Btw) - Open Ruimtes - € 1.003.650,00 (excl. Btw) - Sloop En Verbouwing Iam - €428.000 (excl. Btw) Alle Informatie Met Betrekking Tot Deze Opdracht Is Te Vinden In Het Bestek Rf/23/pcan/947ter, Die Kan Worden Gedownload Op Https://cloud.3p.eu/downloads/1/381/t3/2024
581-590 of 641 archived Tenders