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 AIR FORCE USA Tender
Machinery and Tools
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents
Description: This Is A Sources Sought Notice For Informational Purposes Only. this Is Not A Request For Offers Or Proposals. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. the 439th Contracting Flight Located At Westover Air Reserve Base (warb), Chicopee, Ma Is Seeking Capabilities Packages Of Potential Sources To Supply And Deliver A Mini-compact Excavator. 439 Ce/cer Requests The Purchase Of A Mini-compact Excavator. The Vendor Shall Furnish All Equipment And Materials Unless Otherwise Specified. No Alteration, Additions, Or Deletions Shall Be Made To Salient Feature List For The Mini-compact Excavator, salient Features Include: base Civil Engineering Requires A Reliable And Efficient Compact Excavator To Support Our Construction And Landscaping Operations. The Existing Excavator Is No Longer Serviceable, And A Replacement Is Necessary To Ensure Continuous Productivity And Efficiency. objectives: The Objectives Of This Procurement Are To: acquire A Reliable Compact Excavator: Purchase A Compact Excavator That Meets The Specifications And Requirements Outlined Below, Ensuring Reliable And Efficient Operation. meet Operational Requirements: Provide An Excavator That Can Perform A Variety Of Tasks, Including E.g., Digging, Trenching, Lifting, Etc. ensure Operator Safety And Comfort: Acquire An Excavator That Provides A Safe And Comfortable Working Environment For Operators, Including Air-conditioned/heated Enclosed Cab, Ergonomic Controls, Etc. comply With Safety And Regulatory Requirements: Ensure The Excavator Meets Or Exceeds All Applicable Safety And Regulatory Standards key Performance Requirements: The Compact Excavator Must Meet The Following Key Performance Requirements: engine Power: The Excavator Must Have A Minimum Of 42.6 Hp, Turbocharged 1.8l, Tier 4 Diesel Engine With Non-dpf Auto Idle. transmission: The Excavator Must Have An Auto-shift, Two-speed Travel Transmission. hydraulic System: The Excavator Must Have Auxiliary Hydraulics With Selectable flow And Arm-mounted flush Face Quick Couplers. cab And Operator Station: The Excavator Must Have A Canopy, Retractable Seat Belt, And Vinyl Suspension Seat. The Cab Must Also Have An Instrument Panel, Hydraulic Joystick Controls, Keyless Start, And A Lift Eye. safety Features: The Excavator Must Have roll-overprotective Structure (rops) That Meets The Requirements Of Iso 12117-2: 2008 a Tip-overprotective Structure (tops) That Meets The Requirements Of Iso 12117: 2000, falling Object Protective Structure (fops) That Meets The Requirements Of Iso 10262. attachments: The Excavator Must Be Compatible With The Following Attachments: hydraulic Long Arm hydraulic Clamp (thumb) - Long Arm - Class Iv With Diverter Valve bucket- 24'' Standard Duty Trenching Diggingbucket equipment Requirements: The Compact Excavator Must Come With The Following Standard Equipment: led Work Lights: Led Work Lights To Provide Adequate Illumination For Nighttime Operations. control Console Locks: The Excavator Must Have Control Console Locks To Prevent Unauthorized Use. display: Display With Touch Display, Radio, And Bluetooth. travel Motion Alarm: Travel Motion Alarm To Alert Operators Of Potential Hazards. enclosed Cab: Enclosed Cab With Auto Hvac. deliverables: The Successful Vendor Must Provide The Following Deliverables: compact Excavator: A Compact Excavator That Meets The Specifications And Requirements Outlined Above. operator Training: Operator Training And Support To Ensure The Excavator Is Properly Operated And Maintained. warranty And Support: A Comprehensive Warranty And Support Package, Including Any Maintenance Or Repair Services Offered. The Following Timeframe For Repairs Shall Apply: Minor Repairs Replacement Of Worn Or Damaged Parts): 7-10 Business Days. Major Repairs (e.g., Engine, Transmission Or Hydraulic System Repairs): 30 Business Days. delivery And Installation: Delivery And Installation Of The Excavator, Including Any Necessary Setup And Testing. special Requirements: Our Intent Is To Award This Project As A 100% Small Business Set Aside. Contract Type Will Be Firm-fixed Price. The Anticipated Performance Time Is 90 Aro. The Naics Code Assigned To This Acquisition Is 333120 With A Size Standard Of 1250 Employees. all Interested Vendors Are Highly Encouraged To Submit A Capability Package To The Primary Point Of Contact Rosalie.connelly.1@us.af.mil Or Kyle.kalagher.1@us.af.mil Via Email, By 2:00pm Est On Friday, 14 February 2025. the Following Information Should Be Inlcuded In Response:
(a) Business Name, Address, Cage Code, Size Classification Based On Naics Size Standard, Socioeconomic Classification (i.e. Hubzone, 8(a), Sdvosb, Wosb Etc.), And A Point Of Contact; (b) A Positive Statement Of Your Intention To Submit An Offer For This Solicitation As A Vendor; (c) Evidence Of Your Experience Performing Work Similar In Type And Scope Of Work In This Announcement Within The Last Five Years. The Evidence Should Include Contract Numbers, Project Titles, Dollar Amounts And Point Of Contacts With Telephone Numbers. there Is No Solicitation At This Time. Funds Are Not Presently Available. This Is A Request For Information Only And Any Information Provided Is Voluntary. Telephone Inquiries Will Not Be Accepted. If A Solicitation Is Issued, It Will Be Announced At A Later Date. All Interested Parties Must Respond To The Solicitation Announcement Separately From The Response To This Notice And Are Responsible For Monitoring Sam.gov Website For The Posting Of Any Solicitation Or Subsequent Updates. note: Vendors That Are Debarred, Suspended, Or Proposed For Debarment Are Excluded From Receiving Contracts. Agencies Also Shall Not Consent To Subcontract With Such Contractors. Proposals Prepared By Debarred, Suspended, Or Otherwise Ineligible Vendors Are At The Risk And Expense Of The Vendor. all Prospective Vendors Must Be Registered In The System For Award Management (sam) System, In Order To Be Eligible For An Award.
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)
PUBLIC BUILDINGS SERVICE USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents
Details: The Procurement Will Include A Wide Range Of Construction Projects Over The Period Of Performance Utilizing The Db Or Dbb Task Order Contract Approach. Primarily, Task Orders Will Consist Of Repair/alteration And Tenant Finish Projects For Gsa And Other Government Agencies In Occupied Federally Owned Or Leased Buildings. A Typical Task Order Could Contain Some Or All Of The Following: Modifications To Architectural Components And Related Electrical Systems Associated With, But Not Limited To Ceilings, Walls, Floors (including Access Floor Systems), Roofing Systems, Millwork And Wall Covering. Work May Also Include Modifications And Replacement Of Mechanical Systems To Include, But Not Limited To: Air Handling Units, Chillers, Boilers, Ductwork Systems And Accessories, Piping Systems (including Pumps), Hvac System Controls, Fire Protection Sprinkler Systems And Accessories, And Plumbing Equipment/accessories. In Addition, Scope May Include Work On Electrical Systems Including, But Not Limited To Lighting Systems, Primary And Secondary Power Distribution Systems, And Transformers. Special Competencies Will Be Required For Any Work Involving Membrane Roofing, Asbestos Abatement, Pcb Removal And/or Elevator Work. Interested Parties Must Be Capable Of Providing The Services Associated With The Aforementioned Competencies. the Contractor’s Principal Tasks May Include, But Are Not Limited To: Renovation And Conversion Of The Building In Accordance With The Specifications, Administration Of The Construction Contract And All Subcontractors, Field Verification And Site Investigations, Required Testing, Reviewing Designs, Preparing Cost Estimates, Reviewing Cost Estimates, Providing Schedules, Reporting On Progress, Resolving Problems, Conducting Value Engineering Or Alternate Means And Methods Recommendations, Performing Constructability Reviews, Submittals, Coordination Of All Documents And Requirements, Promptly Reporting To The Contracting Officer Any Ambiguities Or Discrepancies Found In The Project Requirements Or Documents, Coordination Of All Activities, Coordination Of All Meetings, Construction Administration And Execution Of Quality Control Plan, Commissioning, Performing Administrative Collection Of Sustainable Design And Construction-related Materials And Processes, Construction Waste Recycling Receipts, Compliance With Applicable Building Codes And Regulations, Critical Path Method (cpm) Scheduling, Maintenance Of Construction Records Including Daily Logs And Monthly Reports, Monitoring Of Construction Costs, Managing Turnover Of Completed Projects To Designated Facility Management Staff, And Other Required Supplemental Services As Requested By Gsa. The Contractor Shall Have A Full Understanding Of The Project, Its Contract Documents, And The Principles Of Federal Construction And Contract Administration, And Other Services As Defined In The Contract Documents. the Db Requirements Of The Project Can Include, But Are Not Limited To, Review, And Evaluation Of The Concept, Design Development And Construction Document Submission For Constructability, Value Engineering Or Alternate Means And Methods Recommendations, Identification Of Any Problems Or Errors In The Design Documentation, Consultation During Construction Document Production, Preliminary Project Schedule Development, Primary Cost Estimates During Design Development And Construction Documents, And Development Of Subcontractor And Supplier Interest. task Orders May Require Pre-construction Phase Services And Shall Include, But Are Not Limited To, Review, And Evaluation Of The Concept, Design Development And Construction Document Submission For Constructability, Value Engineering Or Alternate Means And Methods, Recommendations, Identification Of Any Problems Or Errors In The Design Documentation, Consultation During Construction Document Production, Preliminary Project Schedule Development, Primary Cost Estimates During Design Development And Construction Documents, And Development Of Subcontractor And Supplier Interest.
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
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.
FEDERAL EMERGENCY MANAGEMENT AGENCY USA Tender
Civil And Construction...+1Others
United States
Closing Date12 Feb 2025
Tender AmountRefer Documents
Details: The Department Of Homeland Security (dhs) Federal Emergency Management Agency (fema) Has A Requirement For Flat Plate Heat Exchange Install In The Denton, Tx Fema Regional Center. This Notice Is A Request For Information Only And Is Not A Request For Quote Or Solicitation. The Government Will Not Reimburse Parties For Responses To This Notice. Fema Is Requesting Interested Parties Submit An Interest And Capability Statement Per The Information Provided Below. purpose the Objective Of This Project Is To Enhance Energy Efficiency And Temperature Control In The Frc Building Located At 800 N. Loop 288, Denton, Texas 76209. The Requirement Includes Installing A Flat Plate Heat Exchanger System To Make The Property More Energy Efficient. The Goal Is To Optimize Power Consumption While Saving Wear And Tear On The New Chillers With The Intent Of Improving Climate Control Within The Building. During The Winter Months, When The Flat Plate System Is Running The Chillers Can Be Turned Off And The Building Can Be Cooled With Outside Air And Two Pumps. project Description the Primary Goal Of This Project Is To Install A New Flat Plate System With All The Required Pipe Work, Valves And Controls Connected To The Metasys System. The Purpose Is To Require A Design To Save Power And Wear On The New Chillers In Order To Make The Hvac System More Efficient As The Flat Plate Has No Motors Or Moving Parts So When The Flat Plate Is Engaged It Consumes No Power. the Installation Should Include: 1. The New Flat Plate Unit. The Sizing Of The New Unit To Be Determined By The Contractor. 2. Removal Of Any Abandoned Fan Units Or Equipment In The Central Plant Space To Make Room For The New Equipment. To Include Attached Ductwork Or Pipework. Be Aware The Units May Contain Asbestos Or Lead Based Paint As The Vintage Of The Property Is Pre-1989. 3. Installing New And Rerouting The Original Pipework On The Condenser And Chilled Water Sides To Install The Flat Plate. And Adding Necessary Manual Valves To Control The Flat Plate. 4. All Removed Items Will Be Disposed Of In An Environmentally Sustainable Manor Off The Region 6 Site. 5. Temperature Check Points Will Need To Be Installed And Tied Into The Metasys System So The System Can Be Monitored From The Metasys Central Control Computer. expected Performance Requirements the Contractor Will Submit A Detailed Performance Work Statement (pws) Outlining The Tasks, Schedules, And Resource Requirements. The Expected Pws Will Require The Following: a Project Schedule, Including A Gantt Chart Outlining All Milestones. provisions For Minimizing Disruptions To Employees, Including Noise Levels, Power Outages, And Operational Impacts. physical Oversight During The Entire Project Lifecycle. the Contractor Must Comply With Fema's Build America, Buy America Act (babaa), And Any Commercial Building Codes And Regulation Requirements And/or Follow The Procedure For Waiving "buy America" Preferences (if Necessary). for This Request For Information, The Government Is Requesting Interested Vendors Submit Their Interest And Capability To Daisy.joseph@fema.dhs.gov Not Later Than 10:00 A.m. (et) On 12 Feb 2025. the Interest And Availability Statement Shall Include But Not Limited To: 1. Company's Name, Address, Point Of Contact, Phone Number, Business Size, And Sam.gov Ueid Number. 2. Summary Of Experience And Years Of Experience As It Relates To The Government's Requirement. 3. Provide Best Available Date To Start The Project. vendor Response Should Include A Total Of Not To Exceed Three (3) Pages.
741-750 of 820 archived Tenders