Hvac Tenders
Hvac Tenders
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
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: This Sources Sought Is Being Issued On A Market Research Basis In Accordance With Federal Acquisition Regulation (far) Part 10. Prospective Vendors Are Encouraged To Provide Any Available Pricing Or Technical Information, However No Responses To This Notice Will Constitute As An Official Quote, Offer, Or Agreement With The Government At This Time In Accordance With Far 15.201(e).
portsmouth Naval Shipyard Seeks To Identify Entities Capable Of Performing Repairs To A 260’ Working And Planning Barge Located At Naval Submarine Base New London In Groton, Ct. Government-furnished-property Procedures Will Not Be Authorized, All Work Shall Be Performed On-site. Performance Is To Be Conducted In Accordance With The Statement Of Work Attached To This Notice.
major Work Items:
item No: 401-11-001: Modernization Of The Flooding Alarm System;
item No: 416-11-001: Installation Of The New Fire Alarm;
item No: 533-11-001: Replacement Of Drinking Fountains;
item No: 593-11-001: Cleaning And Preservation Of The Cht Tank And Sump;
item No: 512-11-002: Repair Of The Hvac Mod Split System;
responses Should Minimally Include The Following Information:
company Name And Cage Code As Reflected In Its Current Sam Registration
business Size & Business Type
point Of Contact (poc) (name, Telephone Number, Email Address, Street Address)
company’s Capability Statement, Related Marketing Materials, Or Confirmation Of The Ability To Perform The Major Work Items Listed Above
responses Shall Be Limited To Four (4) Pages And Submitted Via Email To Tom Fuller At Thomas.g.fuller17.civ@us.navy.mil. Responses To This Notice May Or May Not Be Returned.
respondents May Or May Not Be Notified Of The Result Of This Notice. It Is A Vendor’s Responsibility To Monitor This Site For The Release Of Any Follow-on Information, Up To And Including A Solicitation Or Contract Award Notice.
it Is Intended That This Be A Small Business Set-aside. However, A Lack Of Responses To This Notice From Capable Small Business Vendors May Result In A Contract Being Solicited For Utilizing Full And Open Competition.
this Sources Sought Is Being Conducted From Time Of Posting Until January 13th, 2025 At 0900 Est.
*** This Sources Sought Notice Has Been Extended Through January 24th In Order To Provide The Final Statement Of Work To Industry For Review. At This Time, No Reference Documents Are Being Provisioned By The Government. Reference Documents Will Be Made Available To Request And Review No Later Than (nlt) The Date Of Solicitation Release.
preliminary Schedule Dates (subject To Change):
solicitation Posting: 2/19/2025
mandatory Site Visit: 2/26/2025
close Of Solicitation: 3/12/2025
date Of Award: 4/14/2025
award Pop: Date Of Award - 6/30/2025(this Completion-date Will Be Non-negotiable)
Closing Date24 Jan 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Machinery and Tools
United States
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.
Closing Date14 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Others
United States
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.
Closing Date30 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
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.
Closing Date10 Jan 2025
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
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)
Closing Date16 Jan 2025
Tender AmountRefer Documents
791-800 of 881 archived Tenders