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
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Y--sources Sought –indefinite Delivery Indefinite Quantity (idiq) Job Order Contract (joc) To Perform Renovations, Repairs, Maintenance, Replacements, Alterations, And Demolition. For Work Within The Navfac Public Works Department (pwd) Bahrain Area Of Responsibility (aor), Which Includes Bahrain And United Arab Emirates. Specific Site Locations Will Be Stated In The Individual Task Orders.
this Sources Sought Announcement Is Not A Request For Proposal. It Is A Market Research Tool Being Used To Determine The Availability And Adequacy Of Potential Sources Prior To Determining The Acquisition Strategy.
description: The Purpose Of This Sources Sought Notice Is For Market Research Only To Determine Interest And Capability Of Potential Qualified Firms Relative To The North American Industry Classification Code (naics) 236220, Commercial And Institutional Building Construction. No Award Will Be Made From This Sources Sought Notice. No Solicitation Is Available At This Time. All Responses Shall Be Used To Determine The Appropriate Acquisition Strategy For An Anticipated Future Acquisition.
naval Facilities Engineering Command Europe, Africa, Central (navfac Eurafcent) Is Seeking Potential Firms Capable Of Performing Under An Indefinite Delivery Indefinite Quantity (idiq) Job Order Contract (joc) To Perform Renovations, Repairs, Maintenance, Replacements, Alterations, And Demolition. For Work Within The Navfac Public Works Department (pwd) Bahrain Area Of Responsibility (aor), Which Includes Bahrain And United Arab Emirates. This Is Not A Follow-on Contract. This Announcement Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government, Implied Or Otherwise, To Issue A Solicitation Or Award A Contract.
project Information: Navfac Eurafcent Requires The Services Of A Construction Firm Capable Of Managing Simultaneous Projects (up To 10+) To Perform Renovations, Repairs, Maintenance, Replacements, Alterations, And Demolition. For Work Within The Navfac Public Works Department (pwd) Bahrain Area Of Responsibility (aor), Which Includes Bahrain And United Arab Emirates.
the Scope Of Work Is Anticipated To Encompass A Wide Variety Of Minor Construction And Repair Tasks To Provide Real Property Repair And Maintenance To Include, But Not Limited To, The Following Areas: 1) General Contractor Services, Including Road Repair; Pavement Repair; Building Renovation; Roofing; Excavation; Emergency Repairs; Providing New Finishes On The Interior Of Buildings; Water Lines And Gas Line Construction And Repair; All Utility Repairs Including Sanitary Sewer And Storm Drainage; All Fire Protection Repairs 2) Structural System Services, Including Carpentry; Maintenance, Repair And Replacement Services On Floors, Floor Coverings, Walls, Wall Coverings, Window Repairs And Replacement; Exterior Systems Such As Roofs And Gutters; Structural Brick Work And Stone And Concrete Masonry; Sheet Metal Work; Painting; Demolition; Concrete Masonry; And Welding; 3) Electrical Services (interior And Exterior); 4) Plumbing Services; And 5) Heating, Ventilation, And Air Conditioning Services - Heating, Ventilating, And Air Conditioning (hvac) Repair And Replacement.
the Contractor Will Be Required To Furnish All Materials, Equipment, And Personnel Necessary To Manage And Accomplish The Job. Work Ordered Under This Contract Will Not Require The Contractor To Provide Designs. The Contractor Is, However, Responsible For Providing Drawings, Calculations, Test Reports, And Additional Information Required By The Contracting Officer To Demonstrate Construction Compliance With Ufc And Ufgs Criteria After Task Order Award.
the Contracting Officer Has Classified This Requirement As Commercial And Institutional Buildingconstruction, North American Industry Classification System (naics) Code 236220. The Small Business Size Standard Is $36.5 Million. Period Of Performance And Contract Value: Any Resultant Contract Is Anticipated To Be Awarded For A Period Of One (1) Base Year, And Four (4) Option Years, Not To Exceed Five (5) Years. The Magnitude For This Effort Is Estimated To Have A Total Contract Ceiling Of $49.9 Million Over Five (5) Years.
the Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Announcement. It Is Requested That Interested Sources Submit To The Contracting Office A Brief Capabilities Statement Package (no More Than 5 Pages In Length, Single-spaced, 10 Point Font Minimum) Demonstrating Ability To Perform The Requested Services Identified In The Above Project Information. If You Can Meet All Of The Requirements For This Project, Please Respond To This Sources Sought Synopsis By Email To Marc Zurasky At Marc.r.zurasky.civ@us.navy.mil With A Courtesy Copy To Alex Wingert At Alex.h.wingert.civ@us.navy.mil. Late Responses May Be Considered, However Interested Parties Are Advised That An Acquisition Strategy Decision Will Be Approved Shortly After The Deadline, And As Such The Government Reserves The Right To Disregard Late Responses.
Closing Date14 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
AGRICULTURAL RESEARCH SERVICE USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Details: This Is A Sources Sought Announcement Issued By The United States Department Of Agriculture (usda), Agriculture Research Service (ars) For Informational And Planning Purposes Only. This Is Not A Solicitation, Nor Is It An Announcement For A Forthcoming Solicitation. The Purpose Is To Conduct Market Research To Gain Knowledge Of Potentially Qualified Sources. Responses To This Notification Will Help To Determine The Acquisition Strategy For Any Future Solicitation. Responses Will Help Determine Whether Any Type Of Small Business Set-aside Contractors Are Available For A Proposed Project Who Meet The Specific Criteria Outlined Below Or Whether Full And Open Competitive Procedures Should Be Utilized. This Is Not A Solicitation Announcement Or Request For Quotation (rfq). It Does Not Constitute Any Commitment Or Obligation By The Government. No Award Will Result From This Notice. The Usda Agricultural Research Service (ars) Will Not Award A Contract Based On Responses Or Pay For The Preparation Of Any Information Submitted. Respondents Will Not Be Notified Of The Results Of This Notice.
response Is Strictly Voluntary - It Is Not Mandatory To Submit A Response To This Notice To Participate In Any Formal Rfq Process That May Take Place In The Future. However, It Should Be Noted That Information Gathered Through This Notice May Significantly Influence Our Acquisition Strategy. All Interested Parties Will Be Required To Respond Separately To Any Solicitations Posted Because Of This Sources Sought Notice.
the Usda, Ars, Sea, Center For Medical, Agricultural And Veterinary Entomology (cmave), 1600 Sw 23rd Drive, Gainesville, Florida 32608 Research Location Is Conducting Market Research For The Following:
contractor Must Provide An Annual Support Plan And Must Maintain The Siemens Industry Building Technologies Building Automation Technical Support Program To Include Equipment And Software Updates To Siemens Proprietary Apogee Software Using Siemens Industry Owned Usb Security Key To Allow Software Updates As Needed.
services To Be Provided Are Operator Coaching, Emergency Onsite Response (monday Through Sunday, 24 Hours Per Day), Software Diagnostic Maintenance, Control Loop Evaluation And Tuning, Data Protection & Data Recovery Services, Preventative Corrective Maintenance, Component Repair & Replacement Services, Software Support And Updates, Firmware Updates (graphics Creating, Graphics Back-up, Field Panel Database/system Field Back-up, And Field Panel Database Diagnostics), Annual Documentation, Account Management, On-site Visits, Quality Assurance Program And Documentation For Services Provided.
equipment Covered: (all) Ddc Controllers Type Mbc, Meg, Pxc And Apogee Licenses For The Campus-wide Siemens Control System Which Is Connected To Research Equipment, Hvac And Fire Alarm System At Cmave. This Is For Maintaining The Building Control And Actuation System. This System Was Manufactured By The Siemens Industry, And They Maintain Their Own Equipment. Only Siemens Has The Security Keys To Upload Their Software Updates. Based On This Only Siemens Can Do The Job.
responses To This Notice Must Demonstrate Clear And Convincing Evidence That Competition Would Be Advantageous To The Government, Would Not Be Cost Or Time Prohibitive, And Would Not Hinder The Mission Objective Of The Ars Research Location. Interested Contractors Are Instructed To Provide Only The Data Requested.
companies Who Have The Experience, As Well As An Interest In Doing Business With Ars, Should Submit A Brief Capabilities Statement (no More Than 3 Pages) Which, For This Notice, Is Not Expected To Be A Proposal, But Rather Short Statements Regarding The Company’s Ability To Demonstrate Their Expertise And Experience In Relation To The Areas Specified In This Notice.
response Submission. Interested Contractors Are Invited To Submit A Response To This Sources Sought Notification Not Later Than3:00 P.m. Central Standard Time (cst) On Or Before February 7, 2025 To The Attention Of Monte Jordan, Contract Specialist, At Monte.jordan@usda.gov. Telephone Inquiries Will Not Be Accepted. Late Responses Will Not Be Accepted. This Is Strictly Market Research, And The Government Will Not Entertain Any Questions.
responses Must Include The Following:
organization Name.
contact Name, Email Address, And Phone Number.
organization’s Sam Unique Entity Identifier (uei) Number.
business Size Status For The Applicable Naics Code.
tailored Capability Statement Addressing The Salient Characteristics Listed.
disclaimer And Important Notes: This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. Interested Contractors Are Instructed To Provide Only The Data Requested. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. No Proprietary Classified Confidential Or Sensitive Information Shall Be Included In Your Response. The Government Reserves The Right To Use Any Nonproprietary Technical Information In Any Resultant Solicitation(s). The Usda Will Not Review Any Additional Information. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work. The Government Is Not Responsible For Locating Or Securing Any Information Not Identified In The Response. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation.
Closing Date7 Feb 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
Dagupan City Water District Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description The Dagupan City Water District (dcwd), Through Its Bids And Awards Committee, Hereby Invites All Interested Parties To Submit Proposal/price Quotation For The Following Project: Name Of Project : Supply, Delivery And Installation Of One (1) Unit Dual Inverter Split-type Aircon Location : Dagupan City Water District, Dcwd Motorpool Building Tambac District, Dagupan City Approved Budget For The Contract (abc) : Php 75,000.00 Source Of Budget : Corporate Budget Approved By The Board Delivery Period : Within Fifteen (15) Working Days Upon Receipt Of Notice To Proceed/purchase Order Technical Specifications: Cooling: 4 Way (up-down, Left-right) Airflow Direction Control (left And Right) Airflow Direction Control (up And Down – 6 Steps) Fan Speed (5 Steps + Natural) Air Purifying: 4g Lonizer Convenience: Auto Restart Fan Mode Forced Switch Operation On/off Reservation (24hr) Remote Controller Reservation Smart Diagnosis Thinq (wifi) General: Cooling Capacity Rated (2.5 Hp) Hvac Type (c/o) Cooling Power Consumption Rated/min (w) (2060/270) Outdoor Unit Dimension Wxhxd(mm) (870x650x330) Refrigerant Type (r32) Indoor Unit Dimension Wxhxd(mm) (998x355x210) Hygiene: Auto Cleaning Heat Exchange Cleaning Warranty: 1 Year Note: Works Also Include Dismantling Of Existing Split-type Air-conditioning Unit Kindly Submit Your Duly Signed Proposal/price Quotation In A Sealed Envelope Or Electronic Mail Addressed To Dagupan City Water District Bids And Awards Committee At The Address Stated Below Or Email To Dagcitywdbac@gmail.com On Or Before January 30, 2025 5:00 Pm. Renato N. Mundo Chairperson Bids And Awards Committee Dagupan City Water District Tambac District, Dagupan City, Pangasinan, 2400 (075) 523-2741 Interested Bidders Are Also Required To Submit The Following Documents Along With The Quotation On Or Before The Deadline Of Submission Of Quotation: 1. Philgeps Registration Number 2. Valid Mayor’s/business Permit 3. Duly Notarized Omnibus Sworn Statement Using The Attached Format Template May Also Be Accessed To This Link: Https://www.gppb.gov.ph/wp-content/uploads/2023/07/07032023omnibus-sworn-statementrevised-as-of-07.03.2023.docx Instructions: A. Submit Duly Signed Price Quotations. B. Price Quotations Along With The Required Documents Received After The Deadline Shall Be Rejected And Will Not Be Accepted. C. Please Quote Your Best Offer For The Item/s Indicated In The Quotation Form. Please Do Not Leave Any Blank Items. Indicate A Zero (0) Or A Dash (-) If The Item Being Offered Is For Free. D. All Technical Specifications Must Be Complied With. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. Terms And Conditions: A. Price Quotations Must Be Valid For A Period Of Forty Five (45) Calendar Days From The Deadline Of Submission. B. Quoted Prices Shall Be Inclusive Of All Applicable Taxes/charges And Must Be Quoted In Philippine Peso. C. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. D. Award Of Contract Shall Be Made To The Lowest Calculated And Responsive Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. E. Goods Delivered Are Subject To Inspection And Acceptance. F. Payment Processing Shall Be Made After Delivery And Submission Of The Required Supporting Documents (delivery Receipt/order Slip And/or Billing Statement/invoice). G. Liquidated Damages Equivalent To One-tenth Of One Percent (0.001) Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Dagupan City Water District May Rescind Or Terminate The Contract Once The Cumulative Amount Of The Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. H. The Procuring Entity May Cancel Or Terminate The Contract At Any Time In Accordance With The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. The Dagupan City Water District Reserves The Right To Reject Any And All Quotations/bids, Declare A Failure Of Bidding, Or Not Award The Contract Pursuant To Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Any Inquiries Or Clarifications You May Contact Us At (075) 523-2741 Or Send Us An Email At Dagcitywdbac@gmail.com. (sgd.)renato N. Mundo Bac Chairperson
Closing Date7 Feb 2025
Tender AmountPHP 75 K (USD 1.2 K)
Port Of Iberia Tender
Civil And Construction...+2Civil Works Others, Building Construction
United States
Details: Sealed Bids For The Construction Of The Following Project Will Be Received At The Office Of The Port Of Iberia (poi) Board Of Commissioners, At The Poi Port Administrative Offices 4611 South Lewis Street, New Iberia, Louisiana 70560, Until 11:00 A.m. On February 11, 2025 At Which Time And Place Bids Will Be Publicly Opened And Read. No Bids Will Be Received After 11:00 A.m. State Project No: H.011928 (327) State Project Name: Port Improvements East & West Yard Expansion & Site Improvements Building D Repairs (phase Vii Of Spn H.011928) Iberia Parish Improvements To: Port Infrastructure Improvements Program, Port Of Iberia Located In: Iberia Parish, Louisiana Type Of Construction: Building Construction Contracting Agency: Port Of Iberia (poi) Board Of Commissioners 4611 South Lewis Street New Iberia, La 70562 Proposal Guaranty: 5% Of The Amount Of Bid Payable To Port Of Iberia (poi) Board Of Commissioners Engineer: Gis Engineering, Llc Coastal Design & Infrastructure Division 197 Elysian Drive Houma La, 70363 Phone: (985) 219-1000 Contact: Ann Schouest Email: Bidquestions@gisy.com Scope Of Work: This Is A Site Improvements Project At The Port Of Iberia. Contractor Is Responsible For Performing Repairs And Improvements On The Existing Building D As Outlined In The Contract Documents To Restore The Functionality And Appearance Of The Building. The Scope Of Work Includes Facility Cleanup And Scheduled Demolition, Installation Of New Structural Steel, Metal Building Repairs And Improvements, Installation Of New Scheduled Personnel And Overhead Doors, Concrete Work, Electrical And Lighting, Exterior Pressure Washing And Building Painting, Insulation And Hvac, And All Other Work Specified In The Contract Documents. Bids Must Be Submitted On The Forms Provided By The Contracting Agency, Must Be Prepared In Accordance With Section 2 Of The 2018 Edition Of The Louisiana Department Of Transportation And Development, Office Of Multimodal Commerce, General Provisions And Must Include All The Information Required By The Bid Form. Bid Forms Are Available From The Engineer And Will Not Be Issued Later Than 24 Hours Prior To The Time Set For Opening The Bids. Each Bid Shall Include A Proposal Guaranty In An Amount Not Less Than Specified Above. The Contract Will Be Awarded To The Lowest Responsible Bidder Without Discrimination On Grounds Of Race, Color, Sex Or National Origin. Disadvantaged Businesses Will Be Afforded Full Opportunity To Submit Bids. Plans And Specifications May Be Seen At The Engineer's Office. Plans May Be Obtained From The Engineer Upon Payment Of $150.00. In Accordance With R.s. 38:2212 (d), Deposits On The First Set Of Documents Furnished Bona Fide Prime Bidders Will Be Fully Refunded Upon Return Of The Documents, Deposits On Any Additional Sets Will Be Refunded Less The Actual Costs Of Reproduction. Refunds Will Be Made Upon Return Of The Documents If Within Ten Days After Receipt Of Bids. Bid Documents Are Also Posted On Http://www. Https://www.centralauctionhouse.com/rfpc10120-port-of-iberia.html To View These, Download, And Receive Bid Notices By E-mail, You Must Register With Central Auction House (cah). Vendors/contractors Have The Option To Submit Their Bids Electronically Or By Paper Copy. For Information About The Electronic Submittal Process, Contact Central Auction House At 225-810-4814. A Non-mandatory Pre-bid Meeting Will Be Held On January 28, 2025 At 2:00 P.m. At The Port Of Iberia District Office, Located At 4611 S. Lewis St., New Iberia, La. Site Inspection Trips For Perspective Bidders Are To Be Arranged Through The Office Of The Engineer. The Award Of A Contract, If Awarded, Will Be Made To The Lowest Qualified Bidder Whose Proposal Complies With All Requirements Prescribed Within 45 Calendar Days After Opening Proposals. However, When The Contract Is To Be Financed By Bonds Which Are Required To Be Sold After Receipts Of Bids, Or When The Contract Is To Be Financed In Whole Or Part By Federal Or Other Funds Not Available At The Time Bids Are Received, The Time Will Not Start Until Receipt Of Federal And/or State Concurrence Or Concurrence Of The Other Funding Source. Award Will Be Within 30 Calendar Days After The Sale Of Bonds Or Receipt Of Concurrence In Award From Federal And/or State Agency Or Other Funding Source. The Successful Bidder Will Be Notified By Letter Mailed To The Address Shown In The Proposal That The Bidder Is Awarded The Contract. The Award Of A Contract For Projects Financed Either Partially Or Entirely With State Bonds Will Be Contingent On Approval By The State Bond Commission. On Projects Involving Federal Funds The Award Of Contract Will Also Be Contingent Upon Concurrence By The Appropriate Federal Agency. On Projects Involving State Funds The Award Of Contract Will Also Be Contingent Upon Concurrence By The Appropriate State Agency. The Right Is Reserved To Reject Bids And Waive Informalities.
Closing Date11 Feb 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
771-780 of 826 archived Tenders