Hvac Tenders
Hvac Tenders
AGRICULTURAL RESEARCH SERVICE USA Tender
Housekeeping Services
United States
Details: This Is Not A Solicitation For Offers
Sources Sought/request For Information Only
the Usda, Agricultural Research Service (government) Has A Need For The Full Range Of Operation And Maintenance Support Services At Its Us Vegetable Laboratory In Charleston, South Carolina. Services Include But Are Not Limited To: Routine And Preventative Maintenance, Custodial Needs, Grounds Maintenance, Plumbing, Woodwork, Fire Extinguisher Inspection, Painting, Electrical, And Hvac. Certain Services Will Require Attention 24 Hours Per Day, 7 Days A Week, Including Federal Holidays.
this Is A Sources Sought/request For Information (rfi) Issued By The Government That Will Be Used As Market Research To Gather Information On Industry Processes And Procedures And To Determine How Industry Conducts Business. In Addition, The Government Requests Industry Review And Comment On The Attached Performance Work Statement (pws). Comments Will Be Used For Possible Improvement To The Pws To Closer Align With Industry Standards And Provide The Best Services To The Government.
this Rfi Is For Informational And Acquisition Planning Purposes Only. This Is Not A Request For Proposal (rfp), Nor A Request For Quote (rfq). No Submissions Will Be Accepted As Official Offers For A Contract. The Government Will Not Reimburse Respondents For Any Expenses Associated With This Rfi. Any Responses Received To This Notice Will Not Be Returned To The Respondent(s) And This Is Not An Opportunity For Vendor Questions Regarding The Upcoming Requirement.
by Responding To This Rfi, Respondents Are Deemed To Accept And Agree The Government Reserves The Right, In Its Sole Discretion, Without Liability, To Utilize Any Or All Of The Rfi Responses In Its Planning Efforts. The Government Reserves The Right To Retain And Utilize All The Materials, Information, Ideas, And Suggestions Submitted In Response To This Rfi. This Rfi Will Not Be Construed In Any Manner To Implement Any Of The Actions Contemplated Herein, Nor To Serve As The Basis For Any Claim Whatsoever For Reimbursement Of Costs For Efforts Expended In Preparing A Response To The Rfi.
this Sources Sought/rfi Posting And The Pws (without Attachments) Are The Only Documents Available At This Time. This Rfi Does Not Commit The Government To Issue A Solicitation; However, A Solicitation Is Anticipated. Any Notices, Solicitation Information, Or Requirements Will Be Posted To Www.sam.gov Using This Notice Id Of 12405b25q0062.
the Submission Of An Rfi Response Is Not Required To Participate In Any Potential Future Solicitation.
interested Parties Should Submit Responses To The Contracting Officer At Amanda.somerville@usda.gov No Later Than January 30, 2025, 2:00pm Mtn.
Closing Date30 Jan 2025
Tender AmountRefer Documents
Administration Communale D'Esch Sur Alzette Tender
Works
Electrical Goods and Equipments...+2Electrical and Electronics, Electrical Works
Luxembourg
Details: Title: Travaux Électriques Pour Un Immeuble D'espace D'art Se Situant Au 29-33 Blvd Prince Henri (ancien Espace Lavandier) À Esch-sur-alzette
description: Ce Bâtiment Sera Partiellement Occupé Par 2 Utilisateurs Mais Majoritairement Par Un Utilisateur Qui Est La Ville D'esch-sur-alzette. L'immeuble Est Composé De 6 Étages Dont Un Septième Étage Privatif Qui Appartient À L'ancien Propriétaire De L'espace Lavandier. Les Surfaces Du Bâtiment Sont Réparties De La Manière Suivante: - Sous-sol -1: Garage, Locaux Technique Communs Et Privatif; - Rez-de-chaussée: Zone Exposition Et Zone Dépôt; - Entresol: Zone Exposition, Réception, Bar, Kitchenette Et Bureaux; - Premier Étage. Zone Exposition Et Bureaux; - Deuxième Étage: Zone Exposition; - Troisième Étage: Zone Exposition: - Quatrième Étage: Appartement De Monsieur Lavandier (hors Lot). Le Bâtiment Disposera Également De Deux Cages D'escalier, À Savoir Une Cage D'escalier Commune Avec Monsieur Lavandier. Quantité Ou Étendue Globale: Le Présent Marché Consiste Aux Travaux De Hvac Suivants : 1) Le Présent Marché Consiste Aux Travaux Basse Tension Et Courant Faible Suivant : 2) - Installation Appareillages Électriques (env. 30 Pcs). 3) - Installation D’un Éclairage Normal (env. 20 Pcs). 4) - Pose De Rails Lumineux Fournit Par Le Maître D’ouvrage (env. 100 Ml). 5) - Installation D’un Éclairage Secours (env. 20 Pcs). 6) - Installation De Détection Incendie (30 Équipements). 7) - Installation De Désenfumage (1 Ensemble). 8) - Installation Du Réseau De Communication Hors Partie Active (env. 2 Prises Doubles Rj45). 9) - Installation De La Détection Intrusion (env. 6 Équipements). 10) - Installation Du Contrôle D’accès (env. 8 Équipements). 11) - Installation Des Cheminements (env. 30 M) 12) - Câblages (env. 8000 M). Début / Durée Des Travaux : 03 Mars 2025 / 200 Jours Ouvrables
Closing Date22 Jan 2025
Tender AmountRefer Documents
Camarines Norte State College Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description The Camarines Norte State College Through Its Bids And Awards Committee (bac) Invites Interested Bidders Engaged In The Sale Of Appliances To Submit Their Bid To The Office Of The Head, Bac Secretariat, Records Office, 2nd Floor, Old General Administration Building, Camarines Norte State College, Viz: Stock No. Quantity Unit Item Description 1 1 Lot Split Type Aircondition 2.5 Hp Split Type Dual Inverter Compressor Premium Aircon With Kilowatt Manager Product Type: Wall Mounted Cooling Power Consumption Rated/min(w):2060 / 270 Outdoor Unit Dimension_wxhxd(mm):870x650x330 Product Type Ii: Inverter Cooling Capacity Rated(hp):2.5 Hvac Type: C/o Outdoor Unit Weight(kg):36.7 Rated Input Voltage(v, Hz): 230, 60 Cooling Capacity Rated/min(btu/h):21200 / 3500 Indoor Unit Dimension_wxhxd(mm): 998x345x210 Outdoor Unit Weight(lb.):n/a Refrigerant Type: R32 Indoor Unit Weight(kg): 10.8 Cooling Capacity Max(btu/h): 22000 2 1 Lot Smart Television 75" 75-inch 4k Uhd, Smart Tv, 4k Upscalling, Hdr Features: Height (cm): 96.24 Width (cm): 167.75 Length (cm): 6.11 Gross Weight: 34.5kg Screen Size: 75 Inch Led Net Weight: 25.3 Kg Model Year: 2024 Tv Resolution: 4k Ultra Hd Connectivity: Wi-fi, Bluetooth Hdmi Ports: 3 Usb Ports: 2x Usb A Voltage: Ac100-240v-50/60hz Wattage: 180w Warranty: 1 Year Please Find Attached Request For Quotation (rfq) To Submit To This Office Or Send Thru E-mail: Eloisalukban@cnsc Send. As Such, Kindly Attach The Following Documents. 1. Philgeps 2. Valid Mayor’s Permit, 3. Income/business Tax Return Covering The Previous Six (6) Months 4. Bir Registration For Manual Submission, Please Submit In Sealed Envelope Addressed To: Maria Cristina C. Azuelo, Ph.d. Vp For Administration And Finance Bac Chairperson
Closing Date17 Jan 2025
Tender AmountPHP 170 K (USD 2.9 K)
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Details: This Is A Sources Sought Posting. This Is Not A Solicitation, But Market Research To Determine Potential Sources For This Project Including Interested Small Business Sources. This Notice Is For Planning Purposes Only.
not Responding To This Sources Sought Does Not Preclude Participation In Any Future Solicitation, Should One Be Issued. It Is The Responsibility Of The Interested Parties To Monitor The Sam.gov Website For Additional Information Pertaining To This Sources Sought.
the Purpose Of This Requirement Is To Renovate And Construct An Addition To Existing Fire Crash/rescue Station, Building 770 Located At The 122d Fighter Wing In Fort Wayne, In Using Government Provided Designs/specs/drawings. The Project Includes Repair/renovation Of The Roof, Lightning Protection, Exterior Envelope, Fire Protection System, And Hvac Systems. This Project Includes The Construction Of An Additional 6,200 Sqft To The Fire Crash/rescue Station Using Conventional Construction Methods To Accommodate The Mission Of The Facility. The Project Will Include Icc 500-2020 Design And Construction Of Storm Shelters Requirements And Sustainable Design Requirements - Usgbc Leed Certification.
response Information:
the Magnitude Of This Project Will Be Between $5,000,000 And $10,000,000. Interested Concerns Will Provide This Office, In Writing Via Single Pdf, A Notice Stating Their Positive Intent To Submit A Bid As A Prime Contractor No Later Than 4 Feb 2025 At 5:00pm Est.
this Notification, Which Shall Not Exceed Seven Typewritten Pages, Must Include:
(1) Positive Statement Of Intent To Bid As A Prime Contractor
(2) A Completed Sources Sought Response Form
(3) A Listing Of Projects Completed During The Past Three Years, Both For Government And Private Industry (the Type Of Project, Dollar Value, Contract Number, Location, And Government Point Of Contact Are To Be Included; Indicate If You Were Prime Or Subcontractor, And If Subcontractor, Provide The Name And Point Of Contact For The Prime Contractor), Including Projects You Have Demonstrated Experince With Icc 500-2020 Design And Construction Of Storm Shelters Requirements And Sustainable Design Requirements - Usgbc Leed Certification
(4) A Brief Outline Of Resources, Subcontractors, And Key Personnel That Would Be Used To Accomplish The Contract, And
(5) Single Project & Total Aggregate Bonding Capability In The Form Of A Letter From The Surety.
in The Event Adequate Small Business Contractors Are Not Available For Adequate Competition For This Project, It May Be Advertised As Unrestricted.
information Shall Be Provided Via Emails To Both: Lisa.crose@us.af.mil & Travis.kraick@us.af.mil
include The Following In The Subject Line "sources Sought_w50s7w25ba001_company Name".
Closing Date4 Feb 2025
Tender AmountRefer Documents
Municipality Of Tupi, South Cotabato Tender
Electronics Equipment...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of South Cotabato Municipality Of Tupi Bids And Awards Committee Request For Quotation Dealer/supplier: Date January 24, 2025 Address: Quotation No: 017-2025 Philgeps Registration No.: Tin No.: Mode Of Procurement Amp/small Value Proc. (sec. 53.9) Abc: 60,000.00 Office/end User: Mdrrmo Please Quote Your Lowest Price For The Requirements Listed Hereunder Subject To The Condition Stated Below And Submit To This Office Duly Signed Not Later Than 2:00 Pm Of February 06, 2025. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. All Entries Must Be Written Legibly. 3. Price Quotation(s) Must Be Valid For A Period Of One Hundred Eighty (180) Calendar Days From The Date Of Submission. 4. Quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected 5. Delivery Period Within Thirty (30) Calendar Days. 6. Award Of Contract Shall Be Made To The Lowest Calculated Responsive Bid (for Goods) Or The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specification(s) And Other Terms And Conditions Stated Herein. 7. Any Interlineation, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Supplier/bidder Or Its Authorized Representative. 8. The Municipality Of Tupi Shall Have The Right To Inspect And/or To The Test The Goods To Confirm Their Conformity To The Technical Specifications. 9. Warranty Shallbe For A Period Of Six (6) Month For The Supplies & Materials, One (1) Year For The Equipment, From Date Of Acceptance By The Procuring Entity 10. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered With In The Delivery Period Shall Be Imposed Per Day Of Delay, The Municipality Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Item No. Qty Unit Description Of Articles Or Materials Unit Price Total Price Compliance W/ Technical Specifications Remarks Yes No 1 Set 1 Airconditioner 2.0hp Split Type Dual Inverter Compressor Standard Aircon With Killowatt Manager Product Type: Wall Mounted Hvac Type: C/o Cooling Power Consumption Rated/min(w):1760/250 Thinq(wi-fi) Yes Bar Code: 885143463479 Outdoor Unit: Hsu18isy2 After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item/s At Price Noted Above Sgd Arnen L. Kasan Bac-chairman
Closing Date3 Feb 2025
Tender AmountPHP 60 K (USD 1 K)
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: The Mission And Installation Contracting Command (micc), Fort Mccoy, Wisconsin Has A Requirement For Broad Range Of Design-build Renovation And Construction Projects To Include But Not Limited To Construction Type Services To Provide And Or Maintain Real Property Facilities For Design, Construction, Or Repair Of Major Or Minor Construction Situations For The 63rd Readiness Division (rd). This Is A Design-build Matoc And Will Service Locations In Texas. The General Scope Of This Upcoming Requirement Is To Provide All Management, Personnel, Materials, Equipment, Supplies, And Transportation Needed To Execute Tasks For A Variety Of Trades Such As Carpentry, Roofing, Painting, Electrical, Hvac, Plumbing, Masonry, Demolition, Roadwork, Storm Drainage, Earthwork, Welding, And Other General Construction. Projects Awarded Utilizing The Matoc Will Possibly Stem From Completed Designs, Partial Designs, Or As Specified And Will Be Accompanied By A Statement Of Work (sow). Projects Include Design-build Projects. All Anticipated Projects Demand High Standards Of Quality And Performance. All Work Performed Shall Be In Accordance With The Industrial And Commercial Codes/standards. The Capabilities Required For This Acquisition Will Be Of The Following General Project Categories: (1) Construction, Repair And Alteration Of Various Facilities, (2) Minor Construction And Real Property Maintenance, Remodel, And Repair To Include But Not Limited To The Following: Foundation And Site Work, Concrete Construction, Masonry Construction, Metals, Carpentry, Thermal/moisture Protection, Earthwork, Curtain Walls, Doors, Windows, Glass, Finished Materials, Fencing Communications, Elevators/conveying Systems, Mechanical/ Electrical, Demolition And Removal, Roads/ Paving, And Painting. Potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The Work. This Is A Design-build, Multiple Award Task Order Contract (matoc). It Is Anticipated The Resultant Contract Will Be A Five-year Ordering Period With No Option Periods. This Will Be A Historically Underutilized Business Zone (hubzone) Small Business Set Aside Procurement Where The Government Will Award Up To Five (5) Contracts Reserved For Small Businesses. The Naics Code 236220 Will Be Used For This Solicitation With A Small Business Size Of $45.0 Million. This Procurement Will Be Solicited In Accordance With Far Part 15 Contracting By Negotiation. 63rd Rd Region 2 Design-build Matoc Idiq: Max Value Is No More Than $15,000,000. Anticipated Award By 5/31/2025. Micc Fort Mccoy Intends To Issue The Solicitation Within 15 Days Of This Pre-solicitation Notice. Do Not Contact The Contract Specialist For Requests To Change The Set Aside Or To State Your Interest. Parties Interested In The Solicitation, Associated Documents, And Solicitation Amendments Can Add Themselves To The Interested Vendors List; Contractors Will Not Be Directly Notified Of Postings Of Any Related Documents.
Closing Date6 Feb 2025
Tender AmountRefer Documents
BUREAU OF INDIAN AFFAIRS USA Tender
Housekeeping Services
United States
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.
Closing Date10 Jan 2025
Tender AmountUSD 22.1 K
This is an estimated amount, exact amount may vary.
DEPT OF THE AIR FORCE USA Tender
Electrical and Electronics...+1Electrical Works
United States
Description: *update 6 Feb 20258 - This Update Adds Question 7 Along With The Government's Response.
*update 5 Feb 2025 - This Update Provides The Questions Received Along With The Government's Response. This Update Also Adds An Attachment Of Site Photos That Show The Locations Of The Existing Units. Note: This Requirement Does Not Include Installation. The Government Will Be Performing The Installation.
question 1: Location15400 Air Force Rd Brandywine, Md For Delivery.
can They Specify Where Pick Up Is (loudon Or Capitol Office) Is This A Town? They Also Mention “vertiv”. When We Search Those Terms For Dealers And Towns It Is Not Populating Anything.
there Are Vertiv Dealers, However Not In Those Two Towns Mentioned
government Response: 15400 Air Force Rd Brandywine, Md Is Where The Hvacs Need To Be Delivered.
the Loudon And Capital Offices Are Two Names For The Local Vertiv Offices Which Is Located In Loudon County, Specifically In Ashburn, Va.
question 2:
can You Provide Some Details Or Photos Of The Existing Site Conditions? One Important Thing Is Site Access, How The Units Will Be Moved Throughout The Facility, And Where They Are Currently Located. Also, Are The Units On A Computer-raised Floor?
government Response: The Existing Site Conditions Are Good The Old Units Are Still Installed And Operational, The Units Will Need To Be Offloaded Preferably By The Transporter, And We Can Then Move The Units With Pallet Jacks At The Facility Once They Are Offloaded From The Truck. The Units Are Not On A Computer Raised Floor, To Access The Site Please Contact 89cs/hvac At (301)981-6129 Ssgt Mcclelland Or Tommy Jones Can Be Reached And Provide Access To Site, Upon Arrival We Will Need At Least A 30min Advanced Notice To Allow For Commute Time To Site. Please See The New Attachment With Pictures Of The Existing Liebert Units (liebert Pdx Air Cooled System Site Photos).
question 3: Is This Project For Both Purchase And Install Of The Equipment Or Just Purchase And Delivery Of The Equipment And You Will Install Yourself ?
government Response: This Requirement Is To Purchase And Deliver The Equipment. The Government Will Complete The Installation.
question 4: Is This To Furnish And Install (and Remove Old Units) Or Will We Simply Be Furnishing These For Installation By Others? It Appears That We Are To Deliver Only According To The Delivery Location Paragraph On The Document Titled Combined Synopsis And Solicitation December 2024.
government Response: This Requirement Does Not Include Installation Or Removal Of The Existing Units. The Salient Characteristics Specifies That This Is To Purchase And Deliver The Units.
question 5
the Sow Mentions The Need For Two (2) 5-ton Heat Pumps And Two (2) 6.5-ton Liebert Units. Could You Confirm If The Two Heat Pumps Are Indeed Required? Additionally, Would It Be Possible To Obtain Pictures Of The Equipment’s Tags (model And Serial Numbers) For Both The Condenser And The Air Handling Unit?
clarification:
1. Is The Intent To Replace Two Computer Room Units Along With Their Condensers Rather Than Heat Pumps?
2. If So, Would A 6-ton Condenser Be Acceptable For This Application? These Units Are Typically Matched 1:1 With Their Corresponding Evaporator.
understanding This Distinction Will Help Ensure We Are Proposing The Correct Equipment. I Appreciate Your Time And Look Forward To Your Clarification.
government Response: The 5-ton Heat Pumps Have Already Been Installed, We Would Be Installing (2) 6.5-ton Liebert Units (2) Indoor And (2) Condensers. The Intents Is To Replace The Two Existing Liebert Units With (2) New 6.5-ton Liebert Pdx Units With Matching Condensers.
question 6:
if Awarded The Contract Should A Rep From My Firm Be On Site To Deliver The Materials To You?
government Response:yes, We Would Need A Rep To Be Onsite To Offload The Materials As We Do Not Have The Capabilities To Offload.
question 7:1) Is This Order Only Delivery And Drop-off? 2) Is This Order In Need Of Installation?
government Response: (1) This Order Requires Delivery And Drop-off In Accordance With The Attached Salient Characteristics. (2) Installation Is Not Part Of This Requirement. The Government Will Be Completing The Installation.
____________________________________________________________________
* Update: The Combo Has Been Updated To Reference The Salient Characteristics (attachment 1) Instead Of The Sow. The Combo References A Brand Name, The Brand Name Justification Has Been Attached To This Solicitation. This Solicitation Does Not Include The Need For Installation Or Removal Of Current Units In Place.
_____________________________________________________________________
this Requirement Is To Replace Two Crac Units (6 Tons Each), Two Heat Pumps (5 Tons Each) And Associated Line Sets. If Replacement Crac Condensers Do Not Have An Integrated Disconnect, This Will Have To Be Added To The Project. No Additional Electric Heat Is Required For The Replacement Equipment. There Is A Brand Name Requirement For The Use Of Specific Trane And Liebert Brand Parts Included In The Sow.
all Work Must Be Completed Iaw The Salient Characteristics (attachment 1).
Closing Date12 Feb 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: Amendment 0007 -
the Purpose Of This Amendment Is To Incorporate New Attachment J-18 Revised A-612_door Hardware Schedule And Incorporate Revised Attachment J-16 Questions And Answers Version 2.
amendment 0006 -
the Purpose Of This Amendment Is To Incorporateattachment J-17 Design Analysis.
amendment 0005 -
the Purpose Of This Amendment Is To Insert Revised Attachment J-8 Bid Schedule_011525; Which Adds Item Number 0005 (window Replacement).
amendment 0004 -
the Purpose Of This Amendment Is To Add The Attachment J-16 Questions And Answers Version 1.
amendment 0003 -
the Purpose Of This Amendment Is To Extend The Proposal Deadline Until 14 February 2025 At 3 Pm Est.
amendment 0002 -
the Purpose Of This Amendment Is To Extend The Proposal Deadline Until 14 January 2025 At 3 Pm Est.
amendment 0001 -
the Purpose Of This Amendment Is To:
a. Add Clause 52.228-1 Bid Guarantee.
b. Insert New Attachment J-14 Pre-bid Addendum No 1_112624
c. Insert New Attachment J-15 Site Visit Sign In Sheet_112624
d. Insert Revised Attachment J-12 Section L_112724, Which Inserts Para L-1.13 And Amends Para 2.2.2.7.
this Is A Request For Proposal For A Dorm Renovation At Building 2621 Is A New Construction Requirement For Joint Base Mcguire-dix-lakehurst (jb Mdl), New Jersey. The Work Includes Work For 62 Bedrooms And 24,530 Sq Ft Of Demolition, Construction, Renovation, And Incidental Related Work And Will Consist Of Areas That Are Typical Of Living Spaces For Dormitories. There Is One Bid Option For The Requirement Which Encompasses The Entire Dorm Renovation. The Construction Requirement Shall Include But Is Not Limited To The Following:
-relocation Of Existing Hot Water Systems; Installation Of New Chilled Water System, Fan Coil Units, Dedicated Outdoor Air System & Hvac Control System.
-refurbish Bathrooms And Bedrooms With New Finishes, Plumbing Fixtures, Shower Stalls, And Casework.
-relocate Telecom Rooms, And Refurbish Hallways And Public Spaces With New Finishes, Signage, And Window Blinds.
-new Electrical Service Entrance Switchboard, New Led Lighting Throughout, Additional Grounding, And Telecom Outlets.
-upgrade Fire Alarm System.
-demolition Of All Unused Wiring Systems And Devices.
-hazardous Material Removal And Remediation Of Asbestos, Lead Paint, And Mold.
notice To Offeror: Funds Are Not Presently Available For This. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Cost.
for More Information See Attached Statement Of Work.
**note ** For Instructions To Offerors And Basis For Award See Repsective Attachments J-12 Section L_111324 And J-13 Section M_111224.
Closing Date14 Feb 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Others
United States
Details: Amendment 0003 (31 Jan 25): The Purpose Of This Amendment Is The Following:
1. Extend The Proposal Due Date/time To 18 February 2025 At 2:00 Pm Japan Standard Time (jst).
2. Update Fa527025r0002-0003 Combo
3. Update Attachment 5 - Question Form
4. Extend The Deadline To Submit Attachment 5 - Question Form To 7 February 2025 At 10:00 Am Japan Standard Time (jst)
amendment 0002 (9 Dec 24): The Purpose Of This Amendment Is The Following:
1. Upload Request For Information Additional Questions - Answered
2. Update Fa527025r0002-00002 Combo
3. Update Attachment 1 - Performance Work Statement (pws) 5 Dec 24
amendment 0001 (6 Dec 24): The Purpose Of This Amendment Is The Following:
1. Upload Request For Information - Answered
2. Update Fa527025r0002-00001 Combo
3. Update Attachment 1 - Performance Work Statement - 4 Dec 24
the Contractor Shall Provide All Necessary Labor, Supervision, And Equipment To Support The Cohs During Duty Hours In All Stores, Appliance Warehouses, Tool Cribs, And Supply Warehouses Located At Camp Foster, Camp Kinser, Camp Courtney, And Kadena Air Base (including Overflow Warehouse Areas) In Okinawa, Japan.
the Contractor Shall Issue, Transfer, Store, And Manage A Variety Of Government-owned Property And Facility Maintenance And Repair Materials For Authorized Government Employees And Military Family Housing (mfh) Residents. All Materials On The Shelves At All Cohs Stores Are Government Owned. Also, The Contractor Shall Provide A Simplified Method For Authorized Personnel To Access Government-owned Items Such As Tools, Electrical And Plumbing Supplies, Heating/ventilation/air Conditioning/refrigeration (hvac), Sheet Metal, And Welding Equipment For Work Tasks, Construction, Recurring Maintenance And Repair, And Self-help Projects.
the Contractor Shall Also Be Responsible For Performing Identified Technician (invtech) Transactions And Managing The Storefront Located In All Eagle Hardware Stores On Kadena Air Base, Camp Foster, Camp Kinser, And Camp Courtney. These Stores Contain A Variety Of Commercial And Industrial Products And Must Remain Stocked With High-use And Consumable Materials For Immediate Issue.
please Review All Attached Documents.
1. Fa527025r0002 Combo
2. Attachment 1 - Performance Work Statement (pws)
3. Attachment 2 - Government Furnished Property (gfp) List
4. Attachment 3 - Past Performance Questionnaire Past Performance Information Sheet
5. Attachment 4 - Past Performance Information Sheet
6. Attachment 5 - Question Form
requests For Information (rfi) Must Be Submitted No Later Than 7 February 2025, At 10:00 Am (jst).
Closing Date18 Feb 2025
Tender AmountRefer Documents
731-740 of 820 archived Tenders