Hvac Tenders

Hvac Tenders

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+2Others, Building Construction
United States
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposal (rfp) Or Request For Quote (rfq) And It Does Not Obligate The Government To Award A Contract. Request For A Solicitation Will Not Receive A Response. The Purpose Of This Sources Sought Announcement Is For Market Research To Make The Appropriate Acquisition Decisions, To Include Set Aside Decisions And To Gain Knowledge Of Potential Qualified Sources And Their Small Business Administration (sba) Size Classification And Socioeconomic Status In Relation To North American Industry Classification System (naics) 238220 - Plumbing, Heating, And Air-conditioning Contractors. the General Services Administration (gsa) Public Buildings Service (pbs) Region 9 Is Seeking To Complete Mechanical Systems Projects At Various Federal Buildings And Leased Buildings Under Los Angeles Service Center’s (lasc) Area Of Responsibility. The Anticipated Size Of Our Requirements Generally Fall Between The Range Of $250,000.00 And $4,500,000.00. Lasc Is Responsible For Various Federal Buildings, Which Includes U.s. Courthouses, Federal Buildings And Other Facilities That Are Located In Southern California. Additional Information On Region 9’s Federal Buildings Can Be Found At This Website: Https://www.gsa.gov/about-us/regions/region-9-pacific-rim/buildings-and-facilities. region 9 Has Interest In, But Not Limited To, The Following Types Of Mechanical Systems Work: heating, Ventilating, And Air-conditioning (hvac) Packaged Systems & Controls, Building Automation Systems boilers (gas/diesel/electric), And Chillers, And Heat Exchangers air Handling Units, Cooling Towers, Condensers, Ducted And Floor Mounted Fan-coils, And Vav Boxes, New Installation And/or Replacement. hydronic And Domestic Hot And Cold Water Systems please Note, This Is Preliminary Market Research And The List Of Potential Mechanical Systems Work Above Does Not Include Currently Available Projects, But Upcoming Projects Of Similar Type And Scope May Become Available As Needed By The Government. This Sources Sought Is To Gather Market Research On Vendor Capabilities And Their Respective Socioeconomic Status, Which Will Inform How We Solicit The Final Requirement To Vendors. all Interested Vendors Who Have The Experience And Capability To Execute A Mechanical Project Must Provide A Written Response To This Sources Sought Notice And Include The Following: a Capability Statement That Addresses The Organizations Qualifications And Ability To Perform The Requested Services; And To Include The Following Information: company Name, address, point Of Contact, phone, Fax, And Email, uei Number, type Of Small Business, E.g., Services Disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), 8(a), Hubzone, Women Owned Small Business (wosb), Small Disadvantaged Business, Or Small Business. list Of Past And/or Current Construction Projects Where Your Firm Self Performed The Mechanical Systems Work. Please Include The Following Information: contract Number contracting Officer Name, Phone Number And Email Address contracting Officer Representative Name, Phone Number And Email Address/ contract Award Amount To Include The Implantation Cost And Overall Total Contract Cost. amount Of Time From Award To Project Completion & Acceptance By The Agency. any Other Pertinent Information That May Assist The Government In Relation To This Requirement, Commercial Standards, Industry Best Practices, Etc. responses To This Sam.gov Notice Shall Be Submitted To Sam.gov. Responses Must Be Received No Later Than February 4, 2025, 11:00 Am Pacific Time (pt). after Review Of The Responses To This Sources Sought Announcement, A Solicitation (rfq / Rfp) May Be Published To A Government Point Of Entry (gpe) Such As Sam.gov. Responses To This Sources Sought Announcement Are Not Considered Adequate Responses To The Solicitation Announcement. All Interested Parties Will Have To Respond To The Solicitation Announcement In Addition To Responding To This Sources Sought Announcement. if There Any Questions Or Concerns, Please Contact Patrick Dunlavey, Contract Specialist At Patrick.dunlavey@gsa.gov Or 415-741-9686. If Contacting By Email, Please Include The Following Title In The Subject Line Of The Email: “gsa Pbs Region 9 Fy25 Mechanical Lasc – Sources Sought Notice”. important Information: The Government Is Not Obligated To Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Announcement Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued.
Closing Date4 Feb 2025
Tender AmountRefer Documents 

ORASUL BARAOLT Tender

Works
Civil And Construction...+2Civil Works Others, Building Construction
Romania
Details: Title: Proiectare Si Executie: Modernizarea Serviciilor Spitalicești În Cadrul Spitalului Orășenesc Baraolt Din Județul Covasna Prin Construirea Unei Noi Aripi description: Într-un Contract Mixt, Urmând Scopul Şi Obiectul Proiectului, Se Va Realiza Atât Proiectarea Tehnică, Detalii De Execuție, Asistența Tehnică Din Partea Proiectantului, Activitate Ssm Faza De Proiectare Și Pe Șantier, Cât Şi Executia De Lucrări De Constructii Privind Realizarea Investiției Modernizarea Serviciilor Spitalicești În Cadrul Spitalului Orășenesc Baraolt Din Județul Covasna Prin Construirea Unei Noi Aripi. Obiect 1. Construcție Noua Spital Obiect 2 - Amenajari Exterioare Contract Cu Clauza Suspensivă: Contractul Intră În Vigoare Strict După Și Cu Condiția Semnării Contractului De Finanțare Între Uat Or. Baraolt Și Finanțatorul. Atenție: Dotare Nu Face Obiectul Contractului De Lucrări, Dar -elaborarea Formularelor F4, F5 Conform Hg 907/2016 Intră În Sarcina Proiectantului -echipamente, Utilaje Cu Și Fără Montaj, Necesare Pentru Funcționarea Unității Sunt Cuprinse În Obiectul Contractului De Lucrări, Cum Ar Fi, De Ex. Pompă De Căldură, Sistem Hvac, Etc. Atenție: În Cazul În Care, Ulterior Publicării Anunțului De Participare, Sunt Anumite Avize, Acorduri Condiționate, Cum Ar Fi De Ex. Avizul De La Igsu Pentru Scenariu De Incendiu, Etc., Detalierea, Conformarea Și Proiectarea În Faza Pth-dtac Intra În Sarcina Proiectantului, Fără Cost Suplimentar, Dar Eventuale Costuri Suplimentare Justificate Poate Fi Adăugate La Capitolul De Lucrări, Respectând Art. 221 Din L98/2016. Se Va Executa Și Proiecta Racordurile Și Branșamente Electrice Necesare. Plata Se Va Face Direct Către Operatorul Sistemului De Distribuție Energiei Electrice. Atenție! Contract Cu Preț Forfetar! Conform Codului Civil: ” Art. 1.867 Preţul Forfetar (1) Atunci Când Contractul Este Încheiat Pentru Un Preţ Global, Beneficiarul Trebuie Să Plătească Preţul Convenit Şi Nu Poate Cere O Diminuare A Acestuia, Motivând Că Lucrarea Sau Serviciul A Necesitat Mai Puţină Muncă Ori A Costat Mai Puţin Decât S-a Prevăzut. (2) Tot Astfel, Antreprenorul Nu Poate Pretinde O Creştere A Preţului Pentru Motive Opuse Celor Menţionate La Alin. (1). (3) Preţul Forfetar Rămâne Neschimbat, Cu Toate Că S-au Adus Modificări Cu Privire La Condiţiile De Executare Iniţial Prevăzute, Dacă Părţile Nu Au Convenit Altfel.” Se Va Elabora Pth Și Se Va Utiliza Sume Din Cap. 7.1 Strict Numai Respectând Art. 221 Din Legea 98/2016, Coroborat Cu Art. 1867 Din Codul Civil, Adică Numai În Cazul În Care - Sunt Noi Prevederi Necunoscute În Faza De Ofertare Cum Ar Fi Norme Tehnice Noi, Prevederi Din Raport Nzeb, Prevederi Prevăzute Prin Adrese Transmise De Organe Abilitate Pentru Emiterea Avizelor - Sunt Acoperite Prin Renunțări La Cantități Care Nu Sunt Necesare Pentru Atingerea Obiectivelor - Sunt Prevăzute Ulterior De Către Finanțator În Faza De Evaluare A Proiectului Depus În Cadrul Programului De Sănătate, Coordonat De Mipe Dg Programe De Sănătate, - Sunt Mai Eficiente D.p.d.v. Financiar Pe Termen De 15 Ani, Utilizând Rata De Discontare De 7,6% Pe An, Având În Vedere Costuri De Operare Mai Scăzute Din Cauza Tehnologiei Propuse – Necesită O Comparare Utilizând Metoda De Analiza Cost-beneficiu. Termen De Valabilitate A Contractului: 108 Luni. Durata Maximă De: - Proiectare: 12 Luni, - Execuție A Lucrărilor De Construire Este De 36 Luni. Termene: - Durata De Execuției: 48 Luni, Inclusiv Proiectare, Emiterea Ac Si Lucrări, Perioade De Timp Friguros, - Durata De Garanție: 60 Luni.
Closing Date27 Jan 2025
Tender AmountRON 64.1 Million (USD 13.4 Million)

ORASUL BARAOLT Tender

Works
Civil And Construction...+2Civil Works Others, Building Construction
Romania
Details: Title: Proiectare Si Executie: Modernizarea Serviciilor Spitalicești În Cadrul Spitalului Orășenesc Baraolt Din Județul Covasna Prin Construirea Unei Noi Aripi description: Într-un Contract Mixt, Urmând Scopul Şi Obiectul Proiectului, Se Va Realiza Atât Proiectarea Tehnică, Detalii De Execuție, Asistența Tehnică Din Partea Proiectantului, Activitate Ssm Faza De Proiectare Și Pe Șantier, Cât Şi Executia De Lucrări De Constructii Privind Realizarea Investiției Modernizarea Serviciilor Spitalicești În Cadrul Spitalului Orășenesc Baraolt Din Județul Covasna Prin Construirea Unei Noi Aripi. Obiect 1. Construcție Noua Spital Obiect 2 - Amenajari Exterioare Contract Cu Clauza Suspensivă: Contractul Intră În Vigoare Strict După Și Cu Condiția Semnării Contractului De Finanțare Între Uat Or. Baraolt Și Finanțatorul. Atenție: Dotare Nu Face Obiectul Contractului De Lucrări, Dar -elaborarea Formularelor F4, F5 Conform Hg 907/2016 Intră În Sarcina Proiectantului -echipamente, Utilaje Cu Și Fără Montaj, Necesare Pentru Funcționarea Unității Sunt Cuprinse În Obiectul Contractului De Lucrări, Cum Ar Fi, De Ex. Pompă De Căldură, Sistem Hvac, Etc. Atenție: În Cazul În Care, Ulterior Publicării Anunțului De Participare, Sunt Anumite Avize, Acorduri Condiționate, Cum Ar Fi De Ex. Avizul De La Igsu Pentru Scenariu De Incendiu, Etc., Detalierea, Conformarea Și Proiectarea În Faza Pth-dtac Intra În Sarcina Proiectantului, Fără Cost Suplimentar, Dar Eventuale Costuri Suplimentare Justificate Poate Fi Adăugate La Capitolul De Lucrări, Respectând Art. 221 Din L98/2016. Se Va Executa Și Proiecta Racordurile Și Branșamente Electrice Necesare. Plata Se Va Face Direct Către Operatorul Sistemului De Distribuție Energiei Electrice. Atenție! Contract Cu Preț Forfetar! Conform Codului Civil: ” Art. 1.867 Preţul Forfetar (1) Atunci Când Contractul Este Încheiat Pentru Un Preţ Global, Beneficiarul Trebuie Să Plătească Preţul Convenit Şi Nu Poate Cere O Diminuare A Acestuia, Motivând Că Lucrarea Sau Serviciul A Necesitat Mai Puţină Muncă Ori A Costat Mai Puţin Decât S-a Prevăzut. (2) Tot Astfel, Antreprenorul Nu Poate Pretinde O Creştere A Preţului Pentru Motive Opuse Celor Menţionate La Alin. (1). (3) Preţul Forfetar Rămâne Neschimbat, Cu Toate Că S-au Adus Modificări Cu Privire La Condiţiile De Executare Iniţial Prevăzute, Dacă Părţile Nu Au Convenit Altfel.” Se Va Elabora Pth Și Se Va Utiliza Sume Din Cap. 7.1 Strict Numai Respectând Art. 221 Din Legea 98/2016, Coroborat Cu Art. 1867 Din Codul Civil, Adică Numai În Cazul În Care - Sunt Noi Prevederi Necunoscute În Faza De Ofertare Cum Ar Fi Norme Tehnice Noi, Prevederi Din Raport Nzeb, Prevederi Prevăzute Prin Adrese Transmise De Organe Abilitate Pentru Emiterea Avizelor - Sunt Acoperite Prin Renunțări La Cantități Care Nu Sunt Necesare Pentru Atingerea Obiectivelor - Sunt Prevăzute Ulterior De Către Finanțator În Faza De Evaluare A Proiectului Depus În Cadrul Programului De Sănătate, Coordonat De Mipe Dg Programe De Sănătate, - Sunt Mai Eficiente D.p.d.v. Financiar Pe Termen De 15 Ani, Utilizând Rata De Discontare De 7,6% Pe An, Având În Vedere Costuri De Operare Mai Scăzute Din Cauza Tehnologiei Propuse – Necesită O Comparare Utilizând Metoda De Analiza Cost-beneficiu. Termen De Valabilitate A Contractului: 108 Luni. Durata Maximă De: - Proiectare: 12 Luni, - Execuție A Lucrărilor De Construire Este De 36 Luni. Termene: - Durata De Execuției: 48 Luni, Inclusiv Proiectare, Emiterea Ac Si Lucrări, Perioade De Timp Friguros, - Durata De Garanție: 60 Luni.
Closing Date27 Jan 2025
Tender AmountRON 64.1 Million (USD 13.4 Million)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Details: Document Type: Sources Sought Notice – Renovate B.1816 Warehouse For Kc-46a Base Supply, Mcguire Afb, Joint-base-mdl, New Jersey solicitation Number: W912ds25s0008 naics Title:236220 For Commercial & Institutional Building Construction (size Standard $45 Million) sic Code:1542 General Contractors-nonresidential Buildings, Other Than Industrial Buildings & Warehouses contracting Office Address: u.s. Army Engineer District, New York, Cenan-ct, 26 Federal Plaza, New York, N.y. 10278-0090 project Description: the U.s. Army Corps Of Engineers, New York District Is Issuing This Market Research Or Sources Sought Notice Is To Determine If There Is An Adequate Number Of Interested And Qualified Small Businesses Having The Capability And Bonding Capacity For The Following Effort. The Procurement Method For This Solicitation Will Be Competitive Sealed Bidding Also Known As An Invitation For Bids. this Market Research Is For The Construction/renovation Mcguire Afb Within Joint Base-mcguire-dix-lakehurst, New Jersey. The Project Magnitude Is Estimated Between $10- $25 Million. the Construction Includes Renovations, Alterations, Reconfigurations, And Some Addition To The Existing Facility. There Will Be Interior Concrete Floor Stab Thickening Required. Alteration Work Will Include Hvac Systems, Fire Suppression, Carpet/tile, Wall Finishes, Ceiling Material, Interior Electrical Systems, Office Entry Doors, Latrine Fixtures, Main Entrance Canopies & The Reconfiguration Of Interior Walls. A Loading Dock Area Will Be Added/installed Through The Modernization Of One Side Of The Facility To Meet Truck Delivery Needs Of The Facility. Two Water Tanks That Feed The Facility Will Be Identified To Be Demolished And Replaced. The Project Includes Utilities, Site Improvements, Pavements, Communications Infrastructure, And All Other Support Work Necessary To Make A Complete And Useable Facility. responses: responses To This Sources Sought Will Be Used By The Government For Market Research Analysis Only, As An Aid In Its Making Of The Appropriate Acquisition Decision(s); Such As; Use Of A Small Business Set Aside; Or A Small Business Set-aside Within A Specific Socio-economic Category Or Full And Open Competition. this Project Is Planned For Advertisement Starting In Late February 2025 With An Award Approximately By April 2025. The Contract Duration Will Be 540 Calendar Days. The North American Industry Classification System (naics) Code Is For General Construction; 236220 For Commercial & Institutional Facilities. all Interested Businesses Should Notify Brian.h.winters@usace.army.mil By E-mail And Provide A Response To The Questions Below – (1) Prior Construction Performance – Submit / Provide A Brief Description Of Two (2) Past Performed Projects, Completed In The Last Seven (7) Years (defined As Turned Over To The Customer By This Response Due Date), For A Same Or Similar Scope. A. Similar Scope Includes Commercial Or Institutional Construction Projects Requiring The Use & Management Of Multiple Trade-work. Indicate In The Description If The Project Was Completed On Time Or If Delays Were Incurred State Why; (2) Provide A Statement Verifying The Prime Contractor Is Capable And Will Perform Twenty Fifteen (20%) Of The Physical Work And Indicate The Type Of Work (trade) To Be Self-performed By The Prime Contractor. This Doesn’t Include Contract Supervision And Administration Duties; (3) Provide Identification And Verification Of The Company As Small Business For Naics Code 236220. Please Also Include If You Fall Within Any Socio-economic Categories; (4) Provide Cage Code And System For Award Management (sam) Unique Entity Identifier (uei); And (5) The Interested Contractor Must Indicate Their Capability Of Obtaining Performance And Payment Bonds For A Project In The Dollar Amount (price Or Range) Listed Previously, Above In The Description. all Interested Businesses Should Submit Their Responses In Writing By E-mail. The Due Date For Responses Is Approx. 14 Days From This Announcement. email Responses To: Brian.h.winters@usace.army.mil this Is Not A Commitment On The Part Of The Government To Award A Contract As A Result Of This Notice Or To Pay For Any Information Received. This Synopsis Neither Constitutes A Request For Proposal Or Invitation For Bid, Nor Does It Restrict The Government To An Ultimate Acquisition Approach. This Sources Sought Synopsis Should Not Be Construed As A Commitment By The Government For Any Purpose. The Government Does Not Intend To Rank Submittals Or Provide Any Reply To Interested Firms. Submittals Will Be Used For Market Survey Information Only. point Of Contact: e-mail Questions To Us Army Engineer District, New York At Brian.h.winters@usace.army.mil place Of Performance mcguire Afb At Jb-mdl, New Jersey
Closing Date3 Jan 2025
Tender AmountRefer Documents 

NATIONAL PARK SERVICE USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Proposals Or Invitation For Bid. There Is Not A Solicitation, Specifications, Or Drawings Available At This Time.the National Park Service (nps), Contracting Operations (conops) West Is Seeking Qualified Small Business Firms Capable Of Performing Construction Services At Golden Gate National Recreation Area, Stinson Beach, California. The Contract Resulting From The Solicitation Will Require That Contractors Manage Multiple Construction Fields And Components. Description: Replace Stinson Beach Lifeguard Tower And Visitor Snack Bar.this Project Will Encompass Multiple Construction Components And Will Require A Contractor To Be Knowledgeable Of Both State And Federal Regulations As Well As Natural Resource Protection, Specifically Dunes, While Working In Marine/coastal Conditions. The Projected Scope Of Work Will Include Complete Facility Demolition, Materials Testing, Potential Hazardous Material Abatement, And The Proper Disposal Of All Materials. Construction Will Include Wood And Deep Concrete Pile Driving, Concrete Foundation Construction, Site Utilities Work (gas, Electric, Communications), Water & Wastewater , Hvac, Commercial Kitchen Installation, Structural Steel Construction, Tower Observation Platform/lantern Installation, Finish Quality Exterior And Interior Carpentry, And Asphalt/concrete Paving. The Selected Contractor Will Be Responsible For All Labor, Supervision, Engineering, Permitting, Materials, Equipment, Tools, Parts, Supplies, And Transportation To Perform The Services Described In The Specifications And Drawings For The Project. Pmis #¿s: 318662, 326935, 342029 The North American Industry Classification System (naics) Code For This Requirement Is 236220, Commercial And Institutional Building Construction. The Small Business Size Standard Is $45,000,000.project Magnitude: Between $1,000,000 And $5,000,000.if You Are Interested, Please Submit Your Response Electronically Via Email To Juan_roman@nps.gov By The Response Date Of January 10, 2025, At 4:00pm Pst. If You Chose To Submit A Package, Clearly Identify The Notice Number 140p8525r0003 In The Title Of The Email And On All Documents. It Is Requested That Interested Small Businesses Submit A Response That Demonstrates The Ability To Perform The Services Described.all Responses Should Include: (1) The Attached Contractor Information Form.(2) Capabilities Statement For Your Company. The Capabilities Submitted Should Demonstrate Same Or Similar Experience. (3) Information On Past Projects. All Past Projects Must Have Been Completed Within The Last 5 Years From The Response Date Of This Notice. Projects Should Demonstrate Experience That Encompasses A Variety Of Construction Services In The Cost Range Described Above. A Maximum Of 10 Detailed Project Descriptions May Be Submitted. A List Of Other Projects Completed Within The 5-year Time Span May Also Be Submitted. Project Information Should Contain A Project Description, Contract Number, Dollar Amount Including % Over / Under Project Budget, Change Orders Total Cost And % Of Final Costs, Duration Including % Over / Under Initial Schedule, Project Tracking And Communications Tools Used, Location, Customer Point Of Contact Information Including Email And Telephone, And Any Other Pertinent Information.(4) Under Far 52.219-14, Limitations On Subcontracting, The Employees Of Each Small Business Must Perform At Least 15% Of The Work As Measured By The Dollar Value Of Their Task Order Contract. The 15% Shall Not Include The Costs For Materials. Responses Must Include A Description As To How Your Small Business Would Meet This Far Requirement.response To This Announcement Is Strictly Voluntary; No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Sources Sought Announcement Or Any Follow-up Information Requests. Analysis Of The Quantity And Quality Of Responses To This Sources Sought Announcement Will Be Considered In The Market Research Being Conducted, And In The Making Of Any Small Business Set-aside Determination For This Requirement.the Government Anticipates Conducting A Competitive Acquisition For This Requirement. The Amount Of Interest Or Lack Thereof Will Determine The Possibility Of A Competitive Set-aside Or Full And Open Competition (the Size Of A Small Business Firm Includes All Parents, Subsidiaries, Affiliates, Etc.-see 13 Cfr 121.108.) Misrepresentation Of Size Status Can Result In Penalties. Please Refer To The Current Sba Rules Regarding Hubzone Firms, Effective October 1, 2011.the Information Provided In This Notice Is Subject To Change And In No Way Binds Nps To Solicit For Or Award A Contract. Nps Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. Points Of Contact Listed May Be Contacted For The Purpose Of Verifying Performance.
Closing Date11 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Details: This Is A Sources Sought For The Purpose Of Obtaining Market Research Only. No Proposals Are Being Requested Nor Accepted Under This Synopsis. The U.s. Army Corps Of Engineers, New York District, Will Use Information Obtained Under This Source Sought For Building 110 Repairs – Design Build Phase 1 At Watervliet Arsenal (wva), Ny. the Intent Of This Sources Sought Is To Access Industry's Small Business Concerns Including 8(a) Companies With An Sba Approved Office, Historically Underutilized Business Zone (hub Zone) And Service-disabled Veteran-owned Small Business (sdvosb), And All Small Businesses Under The Size Standard, Capability And Interest In Performing A Construction Project Within Watervliet Arsenal, New York. the Naics Code For This Project Is 236220 – Commercial And Institutional Building Construction. The Government Must Ensure There Is Adequate Competition Among Contractors For Work To Be Performed Under This Solicitation. the New York District, U.s. Army Corps Of Engineers (district) Is Requesting A Design-build Rfp For Building 110 Repairs At Watervliet Arsenal (wva), Ny. the Scope Of Work Consists Of The Phase I Repairs To Building 110 Using The Design Build Contract Method. The General Work Involved Is As Follows: replace Exterior Doors, Transoms, And Rolling Overhead Service Doors That Are Approaching End Of Service Life, Targeting A Minimum 30% Improvement Above Ashrae 90.1-2019 Thermal Performance Requirements. areas Of Suspected Air Infiltration Be Sealed With Either A Low Expansion Spray Foam Or Automated Building Envelope Sealing System, Including But Not Limited To: Window And Door Perimeters, Bottom And Tops Of Walls Where They Intersect The Floor Slab And Roof, As Well As Roof Fastener Penetrations. all Interior Surfaces Of The Building (floors, Ceilings, Walls, Columns, And Windows) Require A Thorough Cleaning In Accordance With Historic Preservation Standards. Existing Paint That Is Flaking And Peeling On The Roof Deck And Interior Brickwork Will Be Removed. Surfaces Are To Be Re-coated In Accordance With Historic Preservation Standards. A Vapor Permeable Coating Compatible With The Automated Sealing System Must Be Utilized On The Inside Face Of The Brickwork In Order To Allow The Envelope To Dry Out. structural Scope For This Project Includes: Masonry Repointing, Repair, And Cleaning; Reinstatement Of Truss Anchors And Braces As Required To Comprise A Complete Lateral Load Path; Implementation Of Improvements To The Ladder System And Crane Operator Access; Localized Steel Column Repairs; Localized Floor Slab Repairs; Localized Roof Deck Repairs; And Localized Truss Reinforcement In Support Of New Roof Insulation, As Required. removal Of All B110 Steam And Condensate Piping Systems And Providing New Piping, Pressure Reducing Stations, Valves, Fittings, And Condensate Receivers And Pumps That Meet The Watervliet Standards Reference For Design And Applicable Codes. Objectives For The Hvac Design Include Renewing Infrastructure. A New Air Compressor Will Be Provided, And All Of The Distribution Piping Will Be Replaced. The Compressed Air System Will Continue To Be Tied Into The Existing Campus Compressed Air System As Well. All Non-potable Water Distribution Piping Will Be Replaced. the Electrical Scope Of Work Entails The Removal Of Circuits To Mechanical And Plumbing Equipment Being Demolished As Well As Providing New Circuits For Steam Condensate Pumps, An Air Compressor And Fire Protection System Nitrogen Generator. the Fire Protection Scope Of Work For Phase 1 Will Provide An Automatic Wet Pipe Sprinkler System Coverage Throughout Lab 156, Fed From Zone 1. The Preaction Sprinkler Systems Will Be Provided With Nitrogen Gas Supervision. The Fire Protection Scope Of Work Will Also Remove The Existing Manual Dry Standpipe System And Provide A New Class I Automatic Wet Standpipe System With Hose Stations Throughout The Manufacturing Area, Tied Into The Existing 8-inch Sprinkler Loop Feed Main. the Roof Scope Of Work May Include Replacement And/or Localized Repair Of The Roof Membrane. abatement Of Hazardous Materials To Support Repair Work. the Anticipated Magnitude Of Construction Is Between $10,000,000 And $25,000,000. interested Businesses Shall Respond To This Sources Sought Synopsis By Submitting Two (2) Examples Of Previous Experience With Commercial And Institutional Building Construction, And Similar In Cost Magnitude (between $10,000,000 And $25,000,000). The Information Submitted Will Be Considered In The Development Of The Acquisition Strategy To Support This Program. responses Are Restricted To U.s. Firms That Are Established And Registered In The System For Award Management (sam), Www.sam.gov. For 8(a) And Hubzone, Firms Must Be Certified By The Small Business Administration (sba). all Interested Businesses Responding To This Market Research Shall Be Limited To The Information Required Above And Shall Be Submitted Via Email Or In Writing By Mail No Later Than 1600 (4 Pm) Est On 23 January 2025.
Closing Date23 Jan 2025
Tender AmountRefer Documents 

Chambers Of Commerce And Industry CCI - CCI Tender

Civil And Construction...+1Others
Corrigendum : Closing Date Modified
France
Details: These Modernization and Optimization Works of the HVAC Installations Aim to Reduce the Energy Consumption of the Consular Palace in Accordance with the Requirements of Decree No. 2019-771 of July 23, 2019 Relating to the Obligations of Actions to Reduce Final Energy Consumption in Tertiary Use Buildings
Closing Date10 Jan 2025
Tender AmountRefer Documents 

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+2Others, Real Estate Service
United States
Details: Reference Project Number: 2pr0074 general Services Administration (gsa) Seeks To Lease The Following Space: state: Puerto Rico city: Hato Rey delineated Area: north: Beginning At The Intersection Of Pr 165 / Pr 24 And Pr 22, Follow Pr 22 East From Pr 165 / Pr 124 To Pr 18. Follow Pr 18 South From Pr 22 To Calle Juan Kalaf. Follow Calle Juan Kalaf East From Pr 18 To Pr 1. east: Follow Pr 1 South From Calle Juan Kalaf, Continuing On Av. De La Constitución And Av. Juan Ponce De León To Pr 17. south: Follow Pr 17 West From Av. Juan Ponce De León To Pr 20. west: Follow Pr 20 North From Pr 17 To Pr 2. Follow Pr 2 East From Pr 20 To Pr 24. Follow Pr 24 North From Pr 2 To The Point Of Beginning At The Intersection Of Pr 22 And Pr 165 / Pr 24. minimum Sq. Ft. (aboa):23,588 Aboa Sf maximum Sq. Ft. (aboa): 24,174 Aboa Sf space Type: Office, Warehouse, And Laboratory parking Spaces (total): 173 Spaces parking Spaces (surface): 30 Onsite, Reserved Spaces For Government Owned Vehicles (govs). 115 Parking Spaces For Employees And Visitors Must Be Publicly Available Within A One (1) Block Walking Distance Of The Proposed Building. parking Spaces (structured): 28 Reserved Structured Spaces Located On The Second Floor Or Higher. full Term: 10 Years firm Term: 5 Years option Term: N/a additional Requirements: general Office Space Must Have A Ceiling Height Of A Minimum 9’-0” Aff. Ceiling Heights In The Mdf, Idf Or Other Equipment Rooms Shall Be A Minimum Of 9’-0” Clear And Have Sufficient Space Above The Ceiling For Independent Hvac Units, Ducting, Cable Trays, Or Other Necessary Devices. A Minimum Ceiling Height Of 12’ Is Required In Warehouse Areas as Part Of The Tenant Improvement Scope, The Lessor Shall Provide Six (6) Single Electric Vehicle Supply Equipment (evse) Supporting Charging Station(s) And Reserved Parking Spaces For Electric Vehicles. Infrastructure Shall Comply With All Local Electrical Codes, And If None, The National Electrical Code (current Edition). for Effective Space Utilization, A Minimum Of 20’-0” O.c. Between Structural Elements (columns, Core, Curtain Wall, Etc.) Is Required. For Most Efficient Office Layouts On Window Walls, Mullion Spacing Of 5’-0” O.c. Is Preferred. contiguous Space Is Preferred. If All Space Cannot Be Contiguous, And Space Is On More Than One Floor, Adjacent Floors Are Required. Non-contiguous Space Must Consist Of No More Than Six (6) Blocks Of Space Meeting The Following Ansi Boma Square Footage Range Requirements. block 1 - 1,078 - 1,132 block 2 - 5,849 - 6,141 block 3 - 5,115 - 5,371 block 4 - 3,331 - 3,498 the Following Two Block(s) Of Space Must Be Located On The First Floor And Can Either Be Collocated Or At A Minimum Be Contiguous To Each Other. block 5 - 4,186 - 4,341 block 6 - 4,029 - 4,231 the Government Will Utilize Fiber Optic And/or Copper Twisted Pair Cabling For Backbone Services. Offered Premises Must Provide At Least One (1) Internet/telecom Service Provider, Two (2) Are Preferred With Connections Terminating Directly Inside Secured Telecommunications Room (mdf). the Offered Space Must Have A Full Load Generator Or Capacity To Add A Full Load Generator To Allow The Continued Agency Operation. to Demonstrate The Potential For Efficient Layout, Offerors Will Be Required To Provide A Test Fit Layout, At The Offeror's Expense, Demonstrating That The Government's Requirement Can Be Efficiently Accommodated Within The Space Offered. public Transportation Should Preferably Be Within Approximately 0.5 Miles Or 10 Minutes Walking Distance. a Building Loading Area Is Required. subleases Are Not Acceptable. 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 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). 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. expressions Of Interest Due: January 10, 2025, 5:00 Pm Edt market Survey (estimated): January 15, 2025 occupancy (estimated): September 30, 2026 send Expressions Of Interest To: name/title: Helga Peneiro phone: 787-627-5737 email Address: Hpineiro@hmppropertiespr.com government Contact Information: lease Contracting Officer: Eduardo Vidal broker, Cbre:matt Bartlett, Transaction Management Director
Closing Date10 Jan 2025
Tender AmountRefer Documents 

AGRICULTURAL RESEARCH SERVICE USA Tender

Environmental Service
United States
Details: Type Of Notice: Sources Sought title: Sources Sought (ss) Notice 12905b25ss00003 For Usda Ars Pacific West Area - Mechanical, Electrical, Plumbing (mep) Idiq background And Site Description the Agricultural Research Service (ars) Is The U.s. Department Of Agriculture’s Chief Scientific In-house Research Agency. Our Job Is Finding Solutions To Agricultural Problems That Affect Americans Every Day From Field To Table. the Performance Of These Activities Results In The Need For Repair And Maintenance, Alteration, And/or New Modernization Construction Projects For Its Research Laboratory Facilities. With 47 Research Units At 21 Locations, And Several Additional Worksites, Where Ars Employees Are Located Throughout Eight States (hawaii, Washington, Oregon, California, Idaho, Nevada, Arzona And Utah), The Pacific West Area (pwa) Is The Largest And Most Diverse Of The Eight Areas In Ars. For More Information On The Pwa Go To Https://ars.usda.gov/pacific-west-area/. description Of Work this Requirement Would Be For An Area-wide Mechanical, Electrical, Plumbing (mep) Indefinite Delivery – Indefinite Quality (idiq) Contract. Fixed-price Task Orders Would Be Issued Off This Contract For Hazardous Waste Disposal Throughout The Pwa Service Area. The Contractor Shall Provide Mechanical, Electrical, Plumbing Services. Following Is Only An Example Of What Types Of Mep Services That Would Be Included, But Not Limited To Under Coverage Of The Idiqs: cooling Tower Installation heating, Ventilation, And Air-conditioning (hvac) Contractors duct Work (e.g., Cooling, Dust Collection, Exhaust, Heating, Ventilation) Installation lawn Sprinkler System Installation fire Sprinkler System Installation mechanical Contractors fireplace, Natural Gas, Installation refrigeration System (e.g., Commercial, Industrial, Scientific) Installation furnace Installation sewer Hookup And Connection, the Resultant Contract Could Cover The Entire Area Or Be Divided Into Geographical Areas. Multiple Idiqs Could Be Awarded And Task Orders Competed Among Contract Holders. The Results Of This Sources Sought Will Help Determine The Best Geographical Acquisition Strategy And Small Business Set-aside, If Any. The Anticipated Ceiling Of The Entire Idiq Is $5,000,000.00 For Five One-year Ordering Periods. this Is A Sources Sought (ss) Notice Only. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. This Ss Is Issued For Information And Planning Purposes Only As Part Of Usda Ars Market Research And Does Not Itself Constitute A Request For Proposal (rfp). This Requirement Is Covered Under Naics Code 238220. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of Qualified Sources; Small Businesses; Hubzone Small Business; Service-disabled Veteran-owned Small Business; 8(a) Small Business; Veteran-owned Small Business; Woman-owned Small Business; Small Disadvantaged Businesses; Or Large Businesses. It Will Also Serve To Ascertain The Ability Of Mechanical, Electrical, Plumbing (mep) Companies To Serve The Entire Pwa Or Parts Of It. Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. the Government Does Not Intend To Make An Award Based On Responses To This Inquiry. This Notice Does Not Constitute A Commitment By The Government. capability Statement all Information Submitted In Response To This Announcement Is Voluntary, And The Government Will Not Pay For Information Requested, Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government. Business Concerns That Possess The Capabilities Necessary To Undertake This Work Should Submit Complete Documentation Of Their Capabilities To The Contracting Officer. Capability Statements Shall Include The Contractors Contact Point To Discuss Their Response. the Capability Statement Should Include: acknowledgement The Company Is Legally Licensed To Provide Hazardous Waste Removal Services. indication Of Their Size Standards In Accordance With The Small Business Administration. at Least Three Previous Requirements That Were Performed Within The Pwa That Are Within The Scope Of This Requirement; Include A Discussion Of The Contract Type, Delivery Method, Duration, Etc. indicate Which Of The Eight States, If Not All, That Encompass The Usda Ars Pwa That The Company’s Legally Able And Willing To Perform Services In. include The Firm’s Sam Unique Entity Id (uei) Number And Cage Code. any Other Information Considered Relevant To This Requirement. the Government Requests That No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In The Response. responses Are Limited To One Digital Pdf Submission Not To Exceed Ten (10) Pages. Please Use The Email Subject Line “sources Sought Usda Ars Pwa Mechanical, Electrical, Plumbing (mep) Services Idiq”. any Contractor Responding To This Notice Should Ensure Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine Their Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provided Feedback To Respondents With Respect To Any Information Submitted. After Review Of The Responses Received, A Solicitation May Be Published On Sam.gov Depending On The Responses Received. all Responses To This Ss Must Be Received By The Notice’s Poc By The Deadline In Order To Be Considered. Responses May Not Be Returned. Responders Are Solely Responsible For All Expenses Associated With Responding To This Inquiry. Do Not Submit Pricing Information In Response To This Ss. the Notice Poc Is Robert Skipper: Robert.skipper@usda.gov
Closing Date13 Jan 2025
Tender AmountRefer Documents 

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: U.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state: Massachusetts city: Hanover delineated Area: Entire Town Limits Of Hanover, Ma. minimum Sq. Ft. (aboa): 6,160 maximum Sq. Ft. (aboa): 6,809 space Type: Office parking Spaces (total): 0 parking Spaces (surface): 0 parking Spaces (structured): 0 parking Spaces (reserved): 0 full Term: 15 Years - 180 Months firm Term: 10 Years – 120 Months option Term: N/a additional Requirements: 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 Floodplain. 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. .agency Unique Requirements agency Tenant Improvement Allowance: $64.26 Per Aboa Sf building Specific Amortized Capital (bsac): $25.00 Per Aboa Sf additional Requirements: site Access Shall Be Via A Direct Route From A Primary Or Secondary Street. traffic Control Devices And Pedestrian Crosswalks Are Required Within Two Blocks. sidewalks And Pedestrian Walkways Shall Be Present Along Roadways And Access Roads. public Transportation Route Stops Shall Be Located Within .25 Mi Of The Offered Location. The Public Transportation Must Service This Location On An Hourly Basis (minimum) From 8:00 A.m. To 3:00 P.m., Except Saturdays, Sundays, And Federal Holidays. public Parking Shall Be Available On Site Or Within .25 Miles Of The Offered Space. Restricted Or Metered Parking Of One Hour Or Less Within .25 Miles Of The Space Does Not Meet Parking Requirements. there Shall Be No History Of Prior Heavy Industrial Use, Such As Dry Cleaning Operations, Gas Stations, Rail Yards, Or Machinery Maintenance Yards. the Site Shall Not Be Located Within .25 Mi Of Active Railroad Tracks, Airports Or Heavily Congested Highways. there Shall Be Adequate Eating Facilities Located Within .5 Miles. Other Employee Services, Such As retail Shops, Cleaners, Banks, Etc., Shall Be Located Within 2 Miles. mixed Use Sites With Residential Or Living Quarters Located Within The Building Are Not Acceptable. sites Located Immediately Adjacent To Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Marijuana Dispensaries, Firearms Sold/discharged, Drug Treatment, Or Detention Facilities Are Not Acceptable. the Site Shall Be Class A Standard Commercial Or Office Space Consistent With The Local Market. the Site Shall Not Be Located Below Grade. sites Located Above Street Level Are Required To Have A Minimum Of Two Accessible Elevators. One Of The Accessible Elevators May Be A Freight Elevator. Elevators Shall Not Discharge Directly Into Ssa Space. the Space Is Required To Be Contiguous. the Space Is Required To Be Level And Shall Not Utilize Interior Ramps To Resolve Changes In Grade. the Space May Not Be More Than Twice As Long As It Is Wide. the Space Must Be Conducive To Ssa’s Business Operation Design. Space Elements Such As Quantity And Size Of Columns, Load Bearing Walls, Irregular Shape, Etc., May Not Impede An Efficient Space Layout, The Use Of Modular Furniture, Or Office Work Flows. Ssa Shall Prepare A Test Fit To Confirm The Acceptability Of The Space. ceilings Shall Be 9’ To 12’ As Measured From Floor To The Lowest Obstruction. sufficient Space Shall Exist Between The Drop Ceiling And The Deck Of The Floor Above To Allow For Lighting, Hvac Equipment, Fire Suppression Piping, Etc. the Site Shall Have Two Lines Of Windows For Natural Lighting. interested Parties Must Provide The Name Of The Building, Address, Location Of Available Space, Rentable Square Feet Offered, And Contact Information Of Authorized Representative. all Interested Parties Must Either Submit Evidence Of Ownership Or Written Authorization To Represent The Owner(s). Any Submissions Received Without Documentation Of Ownership And/or Written Authorization To Represent The Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received, Which Must Also Be Submitted Prior To The Expression Of Interests Due Date in Cases Where An Agent Is Representing Multiple Ownership Entities, Broker Must Provide Written Acknowledgement/permission To Represent Multiple Interested Parties For The Same Submission. reference Project Number:2ma0212 please Submit Your Offer No Later Than 4:00 P.m. Eastern Time On January 31, 2025 Using The Lease Offer Platform/requirement Specific Acquisition Platform (lop/rsap) Located Athttps://lop.gsa.gov/rsap expressions Of Interest Due: December 16, 2024 market Survey (estimated): Tbd occupancy (estimated): Tbd send Expressions Of Interest To: Clare Nawrocki 10 Causeway Street, 11th Fl., Boston, Ma 02222 617-513-1831 email Address: Clare.nawrocki@gsa.gov government Contact Information: lease Contracting Officer carrie Rosenman
Closing Date31 Jan 2025
Tender AmountRefer Documents 
601-610 of 643 archived Tenders