Hvac Tenders
Hvac Tenders
Chambers Of Commerce And Industry CCI - CCI Tender
Civil And Construction...+1Others
Corrigendum : Closing Date Modified
France
Details: These Modernization and Optimization Works of the HVAC Installations Aim to Reduce the Energy Consumption of the Consular Palace in Accordance with the Requirements of Decree No. 2019-771 of July 23, 2019 Relating to the Obligations of Actions to Reduce Final Energy Consumption in Tertiary Use Buildings
Closing Date10 Jan 2025
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Details: General Services Administration (gsa) Seeks To Lease The Following Space:
state: Minnesota
city: Mounds View
delineated Area:
north: County Road 14/ Main Street/125th Avenue Ne From Us Hwy 169/ferry Street, Continuing On 125th Avenue Ne/county Road 14, To I-35w. Follow I-35w From County Road 14/ Main Street/125th Avenue Ne To I-35e
east: I-35e South From I-35w I-694. Follow I-694 To The East And Then South, To I-94.
south: I-94 From I-694, To I-394. Follow I-394 From I-94 To I-494.
west: I-494 From I-394 To I-94. Follow I-94 From I-394 Us Hwy 169. Follow Us Hwy 169 From I-394 To County Road 14/main Street.
minimum Sq. Ft. (aboa): 13,348 Aboa Sf Total
6,914 Aboa Sf Office / 6,434 Aboa Sf Warehouse
maximum Sq. Ft. (aboa): 14,051 Aboa Sf Total
7,278 Aboa Sf Office / 6,773 Aboa Sf Warehouse
space Type: Office And Warehouse
parking Spaces (total): The Parking-to-square-foot Ratio Available On Site Shall At Least Meet Current Local Code Requirements.
parking Spaces (reserved): 22 (includes 4 Boats And 1 Trailer)
full Term: 20 Years
firm Term: 15 Years
option Term: None
additional Requirements:
• The Space Shall Be Contiguous, On Ground Level.
• A Minimum Of 11,640 Sf To A Maximum Of 12,804 Sf Of Secure Fenced Area Must Be Located On Site To Be Used For The Outdoor Storage Of Vehicles. The Fenced Area Must Accommodate Vehicular Access And Circulation Throughout For Large Vehicles And Vehicles Pulling Trailers. Access To The Fenced Area Will Be Controlled Through A Gate On Rollers. Fencing Is Required As Part Of The Tenant Improvement Scope.
• Space Shall Be Located In An Office, Research, Technology, Or Business Park That Is Modern In Design With A Campus-like Atmosphere; Or, On An Attractively Landscaped Site Containing One Or More Modern Office Buildings That Are Professional And Prestigious In Appearance With The Surrounding Development Well Maintained And In Consonance With A Professional Image.
• Warehouse Space Shall Have A Minimum Clear Or Working Ceiling Height Of 14 Feet Clear. Warehouse Space Shall Include An Insulated Metal Sectional Overhead Door Measuring At Least 12’ Wide By 12’ High, At Ground Level. Overhead Door Shall Be Electronically/ Automatically Operated With Appropriately Sized Automatic Push Button Electric Openers. Circulation Patterns In Front Of The Overhead Door Should Allow For Easy Access And Maneuverability Of Large Vehicles And Vehicles Pulling Trailers That Can Reach In Excess Of 55’ Long With Central Pivot Points Like Standard Semi-trailers. Vehicles Must Be Able To Enter And Navigate The Warehouse Space. The Warehouse Must Have A Separate Ventilation System, Capable Of Removing Carbon Monoxide, From The Main Building To Avoid Contamination Of Laboratories And Office Space. The Warehouse Space Shall Be Climate Controlled.
• Space Configuration Shall Be Conducive To An Efficient Layout. Consideration For An Efficient Layout Will Include, But Not Be Limited To The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depths, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves Or Offsets That Will Result In An Inefficient Use Of Space. The Following Space Configurations Will Not Be Considered: Space With Atriums Or Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage.
• The Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 6:00 A.m. To 6:00 P.m. (excluding Saturdays, Sundays And Federal Holidays).
• The Office, Warehouse, And Lab Space Will All Require An Independent Hvac System Conforming To The Locally Approved Building Code.
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 0.2-percent-annual Chance Floodplain (formerly Referred To As [“500-year” Floodplain).
entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b.
expressions Of Interest Due: February 7, 2024
market Survey (estimated): Tbd
occupancy (estimated): March 1, 2026
send Expressions Of Interest To:
name/title: Josh Johnson
4400 W 78th St | Suite 200 | Bloomington, Mn 55435
952-924-4825
email Address: Josh.johnson@cbre.com
government Contact Information
lease Contracting Officer: Jeanette Torres
leasing Specialist: Michael Dillon
broker: Matt Bartlett, Cbre, Inc
Closing Date7 Feb 2025
Tender AmountRefer Documents
AGRICULTURAL RESEARCH SERVICE USA Tender
Environmental Service
United States
Details: Type Of Notice: Sources Sought
title: Sources Sought (ss) Notice 12905b25ss00003 For Usda Ars Pacific West Area - Mechanical, Electrical, Plumbing (mep) Idiq
background And Site Description
the Agricultural Research Service (ars) Is The U.s. Department Of Agriculture’s Chief Scientific In-house Research Agency. Our Job Is Finding Solutions To Agricultural Problems That Affect Americans Every Day From Field To Table.
the Performance Of These Activities Results In The Need For Repair And Maintenance, Alteration, And/or New Modernization Construction Projects For Its Research Laboratory Facilities. With 47 Research Units At 21 Locations, And Several Additional Worksites, Where Ars Employees Are Located Throughout Eight States (hawaii, Washington, Oregon, California, Idaho, Nevada, Arzona And Utah), The Pacific West Area (pwa) Is The Largest And Most Diverse Of The Eight Areas In Ars. For More Information On The Pwa Go To Https://ars.usda.gov/pacific-west-area/.
description Of Work
this Requirement Would Be For An Area-wide Mechanical, Electrical, Plumbing (mep) Indefinite Delivery – Indefinite Quality (idiq) Contract. Fixed-price Task Orders Would Be Issued Off This Contract For Hazardous Waste Disposal Throughout The Pwa Service Area. The Contractor Shall Provide Mechanical, Electrical, Plumbing Services. Following Is Only An Example Of What Types Of Mep Services That Would Be Included, But Not Limited To Under Coverage Of The Idiqs:
cooling Tower Installation
heating, Ventilation, And Air-conditioning (hvac) Contractors
duct Work (e.g., Cooling, Dust Collection, Exhaust, Heating, Ventilation) Installation
lawn Sprinkler System Installation
fire Sprinkler System Installation
mechanical Contractors
fireplace, Natural Gas, Installation
refrigeration System (e.g., Commercial, Industrial, Scientific) Installation
furnace Installation
sewer Hookup And Connection,
the Resultant Contract Could Cover The Entire Area Or Be Divided Into Geographical Areas. Multiple Idiqs Could Be Awarded And Task Orders Competed Among Contract Holders. The Results Of This Sources Sought Will Help Determine The Best Geographical Acquisition Strategy And Small Business Set-aside, If Any. The Anticipated Ceiling Of The Entire Idiq Is $5,000,000.00 For Five One-year Ordering Periods.
this Is A Sources Sought (ss) Notice Only. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. This Ss Is Issued For Information And Planning Purposes Only As Part Of Usda Ars Market Research And Does Not Itself Constitute A Request For Proposal (rfp). This Requirement Is Covered Under Naics Code 238220. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of Qualified Sources; Small Businesses; Hubzone Small Business; Service-disabled Veteran-owned Small Business; 8(a) Small Business; Veteran-owned Small Business; Woman-owned Small Business; Small Disadvantaged Businesses; Or Large Businesses. It Will Also Serve To Ascertain The Ability Of Mechanical, Electrical, Plumbing (mep) Companies To Serve The Entire Pwa Or Parts Of It. Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible.
the Government Does Not Intend To Make An Award Based On Responses To This Inquiry. This Notice Does Not Constitute A Commitment By The Government.
capability Statement
all Information Submitted In Response To This Announcement Is Voluntary, And The Government Will Not Pay For Information Requested, Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government. Business Concerns That Possess The Capabilities Necessary To Undertake This Work Should Submit Complete Documentation Of Their Capabilities To The Contracting Officer. Capability Statements Shall Include The Contractors Contact Point To Discuss Their Response.
the Capability Statement Should Include:
acknowledgement The Company Is Legally Licensed To Provide Hazardous Waste Removal Services.
indication Of Their Size Standards In Accordance With The Small Business Administration.
at Least Three Previous Requirements That Were Performed Within The Pwa That Are Within The Scope Of This Requirement; Include A Discussion Of The Contract Type, Delivery Method, Duration, Etc.
indicate Which Of The Eight States, If Not All, That Encompass The Usda Ars Pwa That The Company’s Legally Able And Willing To Perform Services In.
include The Firm’s Sam Unique Entity Id (uei) Number And Cage Code.
any Other Information Considered Relevant To This Requirement.
the Government Requests That No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In The Response.
responses Are Limited To One Digital Pdf Submission Not To Exceed Ten (10) Pages. Please Use The Email Subject Line “sources Sought Usda Ars Pwa Mechanical, Electrical, Plumbing (mep) Services Idiq”.
any Contractor Responding To This Notice Should Ensure Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine Their Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provided Feedback To Respondents With Respect To Any Information Submitted. After Review Of The Responses Received, A Solicitation May Be Published On Sam.gov Depending On The Responses Received.
all Responses To This Ss Must Be Received By The Notice’s Poc By The Deadline In Order To Be Considered. Responses May Not Be Returned. Responders Are Solely Responsible For All Expenses Associated With Responding To This Inquiry. Do Not Submit Pricing Information In Response To This Ss.
the Notice Poc Is Robert Skipper: Robert.skipper@usda.gov
Closing Date13 Jan 2025
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: U.s. Government
general Services Administration (gsa) Seeks To Lease The Following Space:
state: Massachusetts
city: Hanover
delineated Area: Entire Town Limits Of Hanover, Ma.
minimum Sq. Ft. (aboa): 6,160
maximum Sq. Ft. (aboa): 6,809
space Type: Office
parking Spaces (total): 0
parking Spaces (surface): 0
parking Spaces (structured): 0
parking Spaces (reserved): 0
full Term: 15 Years - 180 Months
firm Term: 10 Years – 120 Months
option Term: N/a
additional Requirements:
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 100-year Floodplain.
entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b.
.agency Unique Requirements
agency Tenant Improvement Allowance:
$64.26 Per Aboa Sf
building Specific Amortized Capital (bsac):
$25.00 Per Aboa Sf
additional Requirements:
site Access Shall Be Via A Direct Route From A Primary Or Secondary Street.
traffic Control Devices And Pedestrian Crosswalks Are Required Within Two Blocks.
sidewalks And Pedestrian Walkways Shall Be Present Along Roadways And Access Roads.
public Transportation Route Stops Shall Be Located Within .25 Mi Of The Offered Location. The Public Transportation Must Service This Location On An Hourly Basis (minimum) From 8:00 A.m. To 3:00 P.m., Except Saturdays, Sundays, And Federal Holidays.
public Parking Shall Be Available On Site Or Within .25 Miles Of The Offered Space. Restricted Or Metered Parking Of One Hour Or Less Within .25 Miles Of The Space Does Not Meet Parking Requirements.
there Shall Be No History Of Prior Heavy Industrial Use, Such As Dry Cleaning Operations, Gas Stations, Rail Yards, Or Machinery Maintenance Yards.
the Site Shall Not Be Located Within .25 Mi Of Active Railroad Tracks, Airports Or Heavily Congested Highways.
there Shall Be Adequate Eating Facilities Located Within .5 Miles. Other Employee Services, Such As
retail Shops, Cleaners, Banks, Etc., Shall Be Located Within 2 Miles.
mixed Use Sites With Residential Or Living Quarters Located Within The Building Are Not Acceptable.
sites Located Immediately Adjacent To Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Marijuana Dispensaries, Firearms Sold/discharged, Drug Treatment, Or Detention Facilities Are Not Acceptable.
the Site Shall Be Class A Standard Commercial Or Office Space Consistent With The Local Market.
the Site Shall Not Be Located Below Grade.
sites Located Above Street Level Are Required To Have A Minimum Of Two Accessible Elevators. One Of The Accessible Elevators May Be A Freight Elevator. Elevators Shall Not Discharge Directly Into Ssa Space.
the Space Is Required To Be Contiguous.
the Space Is Required To Be Level And Shall Not Utilize Interior Ramps To Resolve Changes In Grade.
the Space May Not Be More Than Twice As Long As It Is Wide.
the Space Must Be Conducive To Ssa’s Business Operation Design. Space Elements Such As Quantity And Size Of Columns, Load Bearing Walls, Irregular Shape, Etc., May Not Impede An Efficient Space Layout, The Use Of Modular Furniture, Or Office Work Flows. Ssa Shall Prepare A Test Fit To Confirm The Acceptability Of The Space.
ceilings Shall Be 9’ To 12’ As Measured From Floor To The Lowest Obstruction.
sufficient Space Shall Exist Between The Drop Ceiling And The Deck Of The Floor Above To Allow For Lighting, Hvac Equipment, Fire Suppression Piping, Etc.
the Site Shall Have Two Lines Of Windows For Natural Lighting.
interested Parties Must Provide The Name Of The Building, Address, Location Of Available Space, Rentable Square Feet Offered, And Contact Information Of Authorized Representative.
all Interested Parties Must Either Submit Evidence Of Ownership Or Written Authorization To Represent The Owner(s). Any Submissions Received Without Documentation Of Ownership And/or Written Authorization To Represent The Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received, Which Must Also Be Submitted Prior To The Expression Of Interests Due Date
in Cases Where An Agent Is Representing Multiple Ownership Entities, Broker Must Provide Written Acknowledgement/permission To Represent Multiple Interested Parties For The Same Submission.
reference Project Number:2ma0212
please Submit Your Offer No Later Than 4:00 P.m. Eastern Time On January 31, 2025 Using The Lease Offer Platform/requirement Specific Acquisition Platform (lop/rsap) Located Athttps://lop.gsa.gov/rsap
expressions Of Interest Due: December 16, 2024
market Survey (estimated): Tbd
occupancy (estimated): Tbd
send Expressions Of Interest To: Clare Nawrocki
10 Causeway Street, 11th Fl., Boston, Ma 02222
617-513-1831
email Address: Clare.nawrocki@gsa.gov
government Contact Information:
lease Contracting Officer
carrie Rosenman
Closing Date31 Jan 2025
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Civil And Construction...+2Others, Real Estate Service
United States
Details: Reference Project Number: 2pr0074
general Services Administration (gsa) Seeks To Lease The Following Space:
state: Puerto Rico
city: Hato Rey
delineated Area:
north: Beginning At The Intersection Of Pr 165 / Pr 24 And Pr 22, Follow Pr 22 East From Pr 165 / Pr 124 To Pr 18. Follow Pr 18 South From Pr 22 To Calle Juan Kalaf. Follow Calle Juan Kalaf East From Pr 18 To Pr 1.
east: Follow Pr 1 South From Calle Juan Kalaf, Continuing On Av. De La Constitución And Av. Juan Ponce De León To Pr 17.
south: Follow Pr 17 West From Av. Juan Ponce De León To Pr 20.
west: Follow Pr 20 North From Pr 17 To Pr 2. Follow Pr 2 East From Pr 20 To Pr 24. Follow Pr 24 North From Pr 2 To The Point Of Beginning At The Intersection Of Pr 22 And Pr 165 / Pr 24.
minimum Sq. Ft. (aboa):23,588 Aboa Sf
maximum Sq. Ft. (aboa): 24,174 Aboa Sf
space Type: Office, Warehouse, And Laboratory
parking Spaces (total): 173 Spaces
parking Spaces (surface): 30 Onsite, Reserved Spaces For Government Owned Vehicles (govs).
115 Parking Spaces For Employees And Visitors Must Be Publicly Available Within A One (1) Block Walking Distance Of The Proposed Building.
parking Spaces (structured): 28 Reserved Structured Spaces Located On The Second Floor Or Higher.
full Term: 10 Years
firm Term: 5 Years
option Term: N/a
additional Requirements:
general Office Space Must Have A Ceiling Height Of A Minimum 9’-0” Aff. Ceiling Heights In The Mdf, Idf Or Other Equipment Rooms Shall Be A Minimum Of 9’-0” Clear And Have Sufficient Space Above The Ceiling For Independent Hvac Units, Ducting, Cable Trays, Or Other Necessary Devices. A Minimum Ceiling Height Of 12’ Is Required In Warehouse Areas
as Part Of The Tenant Improvement Scope, The Lessor Shall Provide Six (6) Single Electric Vehicle Supply Equipment (evse) Supporting Charging Station(s) And Reserved Parking Spaces For Electric Vehicles. Infrastructure Shall Comply With All Local Electrical Codes, And If None, The National Electrical Code (current Edition).
for Effective Space Utilization, A Minimum Of 20’-0” O.c. Between Structural Elements (columns, Core, Curtain Wall, Etc.) Is Required. For Most Efficient Office Layouts On Window Walls, Mullion Spacing Of 5’-0” O.c. Is Preferred.
contiguous Space Is Preferred. If All Space Cannot Be Contiguous, And Space Is On More Than One Floor, Adjacent Floors Are Required. Non-contiguous Space Must Consist Of No More Than Six (6) Blocks Of Space Meeting The Following Ansi Boma Square Footage Range Requirements.
block 1 - 1,078 - 1,132
block 2 - 5,849 - 6,141
block 3 - 5,115 - 5,371
block 4 - 3,331 - 3,498
the Following Two Block(s) Of Space Must Be Located On The First Floor And Can Either Be Collocated Or At A Minimum Be Contiguous To Each Other.
block 5 - 4,186 - 4,341
block 6 - 4,029 - 4,231
the Government Will Utilize Fiber Optic And/or Copper Twisted Pair Cabling For Backbone Services. Offered Premises Must Provide At Least One (1) Internet/telecom Service Provider, Two (2) Are Preferred With Connections Terminating Directly Inside Secured Telecommunications Room (mdf).
the Offered Space Must Have A Full Load Generator Or Capacity To Add A Full Load Generator To Allow The Continued Agency Operation.
to Demonstrate The Potential For Efficient Layout, Offerors Will Be Required To Provide A Test Fit Layout, At The Offeror's Expense, Demonstrating That The Government's Requirement Can Be Efficiently Accommodated Within The Space Offered.
public Transportation Should Preferably Be Within Approximately 0.5 Miles Or 10 Minutes Walking Distance.
a Building Loading Area Is Required.
subleases Are Not Acceptable.
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain).
entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b.
expressions Of Interest Due: January 10, 2025, 5:00 Pm Edt
market Survey (estimated): January 15, 2025
occupancy (estimated): September 30, 2026
send Expressions Of Interest To:
name/title: Helga Peneiro
phone: 787-627-5737
email Address: Hpineiro@hmppropertiespr.com
government Contact Information:
lease Contracting Officer: Eduardo Vidal
broker, Cbre:matt Bartlett, Transaction Management Director
Closing Date10 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: *amdt 0004 Has Been Posted. Please Refer To Attachments For Further Details.*
*amdt 0003 Has Been Posted. Updated Wage Rates, Specifications, And Plans Are Included In This Amendment. Please Refer To Attachments For Further Details.*
*amdt 0002 Has Been Posted.this Amendment Extends The Response Due Date To 2:00 Pm Est, 13 February 2025. Please Note Another Amdt Is Being Worked On. The Response Due Date Is Subject To Change Because Of This Next Amendment.
*amdt 0001 Has Been Posted. Updated Specifications And Plans Have Been Uploaded. Please Refer To Attachments For Further Details.*
**a Site Visit Sign-in Sheet Has Been Added To The Attachments.**
***please Refer To Full Solicitation Attachment For Further Details.***
a Site Visit Has Been Scheduled For For19 December 2024 @ 11:00 Am Est. Contractors Are Required To Follow Details Under Clause 52.236-27 Site Visit (construction) (feb 1995) In The Solicitation. Contractors Are Required To Send Their Full Name, Dob, Ssn, And Company Of Employment For All Persons Planning To Attend. This Information Is Required Four (4) Business Days Prior To Date Of Site Visit. Please Refer To Solicitation For Point Of Contact To Send This Required Information And Any Further Details.
description:the U.s. Army Corps Of Engineers (usace) Louisville District Hereby Issues A Request For Proposal (rfp) W912qr25r0014to Construct A Vertical Skills Instructional Facility On Joint Base Maguire Dix Lakehurst (jbmdl) For The Army Reserves. This Project Is A Design/bid/build Project To Construct New Vertical Skills (material Handling) And General Instruction Classroom Facilities At 9,500 Sf. The Building Will Be Of Permanent Construction With Heating, Ventilation, Air Conditioning, Plumbing, Mechanical, Security, And Electrical Systems. Supporting Facilities Include Site Development, Utilities And Connections, Lighting, Paving, Walks, Curbs And Gutters, Storm Drainage, And Information Systems. Sustainability, Energy, And Cybersecurity Measures Will Be Provided As Will Furnishings, Equipment, And Accessibility For The Disabled. Force Protection Physical Security Measures Will Be Incorporated Into The Design Including Maximum Standoff Distances From Roads, Parking Areas And Vehicle Unloading Areas. Facilities Will Be Designed To A Minimum Life Of 40 Years Including Energy Efficiencies, Building Envelope And Integrated Building Systems Performance.
the Project Contains Options Such As: Resurfaced Parking Areas, Hvls Fans, Hvac Enclosure, And Collateral Equipment.
the Contract Duration Is Estimated At 420 Calendar Days From Contract Award.
type Of Contract And Naics:this Rfp Will Be 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 Will Be A Small Business Set-aside Procurement.
selection Process:this Is A Single Phase, Design/bid/build Procurement. The Proposals Will Be Evaluated Using A Best Value Trade Off Source Selection Process. The Technical Information Contained In The Offeror's Proposal Will Be Reviewed, Evaluated, And Rated By The Government. The Proposal For This Procurement, At A Minimum, Will Consist Of The Following: Prime Contractor Past Performance, Management Plan, And Price. Pro Forma Information Such As Bonding And Financial Capability Will Also Be Required To Meet The Minimum Requirements Of The Solicitation. All Evaluation Factors, Other Than Price, When Combined, Are Considered Approximately Equal To Cost Or Price.
discussions:the Government Intends To Award Without Discussions, But Reserves The Right To Conduct Discussion Should It Be Deemed In The Government's Best Interest.
construction Magnitude:the Magnitude Of This Construction Project Is Anticipated To Be Between $10,000,000 And $25,000,000, In Accordance With Dfars 236.204. The Target Ceiling For This Contract Is Approximately $11,000,000. Offerors Are Under No Obligation To Approach This Ceiling.
solicitation Website:the Official Solicitation, When Posted, Will Be Available Free Of Charge By Electronic Posting Only And May Be Found At Federal Business Opportunities Website, Http://www.sam.gov. Paper Copies Of The Solicitation Will Not Be Issued. Telephone And Fax Requests For This Solicitation Will Not Be Honored. Project Files Are Portable Document Format (pdf) Files And Can Be Viewed, Navigated, Or Printed Using Adobe Acrobat Reader. To Download The Solicitation For This Project, Contractors Are Required To Register At The Federal Business Opportunities Website At Http://www.sam.gov. Amendments, If/when Issued, Will Be Posted To The Above Referenced Website For Electronic Downloading. This Will Be The Only Method Of Distributing Amendments Prior To Closing; Therefore, It Is The Offerors Responsibility To Check The Website Periodically For Any Amendments To The Solicitation.
registrations:offerors Shall Have And Shall Maintain An Active Registration In The Following Database:
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 Adam Brooks, At Adam.m.brooks@usace.army.mil.
Closing Date20 Feb 2025
Tender AmountRefer Documents
Social security organizations Tender
Civil And Construction...+2Others, Civil Works Others
France
Details: The purpose of this contract is the preventive, evolutionary and corrective maintenance of all the centralized technical management (gtc) of the technical equipment (HVAC equipment, lighting management, electrical fault management) of the real estate union of social security organizations of Haute-garonne (uioss 31), as well as the supply and delivery of equipment necessary for them.
Closing Date8 Jan 2025
Tender AmountRefer Documents
Centre Hospitalier Universitaire Dinant Godinne Sainte Elisabeth UCL Namur Tender
Works
Civil And Construction...+1Civil Works Others
Belgium
Details: Title: Reconditionnement Us 44/46 - Hématologie - Godinne
description: Le Présent Marché Porte Sur Des Travaux Relatifs À La Rénovation Des Unités 44 Et 46 Pour Un Nouveau Service D’hématologie Avec Une Partie En « Nouvelle Construction », Sur Le Site De Godinne. Il S'agit De Lourds Travaux De Rénovation Du Niveau 4 - Ailes 4 Et 6, Pour La Création De Chambres Neuves (avec Sas D'entrée Et Salle De Bain Individuelle) Pour Le Service D'hématologie Dont Les Chambres Actuelles Ne Sont Plus Conformes Et Ne Permettent Plus Un Service De Qualité : - Démolition Complète Des Cloisons Intérieures Et De L'aménagement Intérieur, - Construction De Nouvelles Cloisons Intérieures, Chapes, Sols, Murs Et Plafonds,... - Rénovation De La Façade (nouveaux Châssis), - Réalisation D'une Extension Suspendue "liaison Vers L'us46", - Travaux De Techniques Spéciales : Désaffectation Complète Des Installations Existantes Vétustes Et Devenues Non Conformes, - Nouvelles Installations Techniques (électricité, Hvac, Sanitaires Et Fluides Médicaux). Les Sas Demandent Une Technologie Poussée De Ventilation Et Vont Entrainer De Grosses Modifications De La Toiture Pour Gaines Techniques. Il Y A Un Phasage Des Travaux À Prévoir. Soit La Création De 19 Chambres Simples (pression Positive - Classées Iso7) Avec Sas (pression Positive - Classés Iso8) Et De 6 Chambres Doubles (non Classées), Soit 31 Lits. Les Locaux Classifiés Respecteront Les Prescriptions De La Norme Nf S 90-351. I.5.3 Visite Des Lieux Sous Peine De Nullité De Son Offre, Le Soumissionnaire Est Tenu D'effectuer Une Visite Des Lieux. Les Dates De Visite Ont Été Fixées Comme Suit : - Le Lundi 02 Décembre 2024 – De 9 À 10h30 – Rendez-vous Entrée A - Le Jeudi 05 Décembre 2024 – De 9 À 10h30 – Rendez-vous Entrée A Merci De Préciser La Date Choisie Par Retour De Mail À : O Ce.andre@chuuclnamur.uclouvain.be O Philippe.demazy@chuuclnamur.uclouvain.be O Gg_infrastructures@chuuclnamur.uclouvain.be L’attestation De Visite Jointe En Annexe B, Au Présent Cahier Spécial Des Charges, Devra Être Présentée Pour Signature Le Jour De La Visite Et Jointe Au Dossier De Soumission. Une Unique Visite Est Autorisée, L’attestation De Visite Sera Signée Avant La Visite. Iii.3 Durée - Délais D’exécution Delai Global = Debut Des Travaux + 640 Jours Ouvrables, Correspond À La Réalisation De La Totalité Des Ouvrages De L’unité D’hématologie, Toutes Phases Comprises, Réception Provisoire Et Levée Des Remarques Réalisées Le Délai De Commencement Des Travaux Sera Fixé Conformément À L’article 76, §2, Rge. Les Travaux S’exécutent En Phase, Conformément Aux Plans De Phasage Et Au Planning Cadre De Soumission. Le Maître De L’ouvrage Se Réserve Le Droit De Modifier Les Phases Du Chantier, En Fonction Des Impératifs De Fonctionnement Et D’organisation Des Services Médicaux De L’hôpital. Par Ailleurs, Il Est Possible Que Des Travaux Connexes Se Déroulent De Manière Concomitante À Ceux De L’unité, Dans Des Services Hospitaliers Proches. Les Entreprises Devront S’adapter À Ces Contraintes De Cohabitation Avec D’autres Acteurs. Les Travaux S’organisent Autour De Plusieurs Phases, Entre-coupées De Périodes D’emménagement, Mise En Service Et Déménagement. Pendant Ces Périodes, Les Entreprises Doivent Laisser Le Temps Aux Utilisateurs De Procéder À Leurs Emménagement/déménagement. Les Entreprises Devront Prendre En Compte Ces Contraintes D’organisation. Le Planning Impose : • Un Delai Partiel De Rigueur N°1, Le Dp1 = Debut Des Travaux + 392jours Ouvrables Dp1 : Correspond À La Fin Des Travaux, Y Compris Les États Des Lieux Et La Levée Des Remarques, Pour Permettre L’emménagement De La Phase 1a, Soit L’emménagement Opérationnel De 7 Chambres (côté Ne). • Un Delai Partiel De Rigueur N°2, Le Dp2 = Dp1 + 80jours Ouvrables Dp2 : Correspond À La Fin Des Travaux, Y Compris Les États Des Lieux Et La Levée Des Remarques, Pour Permettre L’emménagement De La Phase 1b, Soit L’emménagement Opérationnel De Toutes Les Chambres Situées Dans Le 44 (toutes Les Chambres Individuelles). Le Début Des Travaux Est Fixé Au 29/09/2025 Pour Se Terminés Au 24/04/2028. Ces Dates Peuvent Être Amenées À Être Adaptées En Cours De Procédure
Closing Date24 Jan 2025
Tender AmountRefer Documents
Lafayette Consolidated Government Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: Notice To Contractors Notice Is Hereby Given That Sealed Bids Will Be Received Either Electronically At Www.centralbidding.com Or In The Office Of The Purchasing Division At The Lafayette Consolidated Government Building, Located At 705 West University Avenue, Lafayette, Louisiana, Until 3:30 Pm Central Time On The 13th Day Of February 2025 For The Following: Lafayette Fire Station 12 Roof Replacement And Interior And Exterior Water Damage Repairs And Will, Shortly Thereafter, Be Opened And Read Aloud In The Council Briefing Room Located At 705 West University Avenue, Lafayette, La. Bids Received After The Above Specified Time For Opening Shall Not Be Considered And Shall Be Returned Unopened To The Sender. Bidders Are Encouraged To Call Into The Bid Openings At The Following Phone Number 337-291-5100. Scope Of Services: Scope Of Work Includes, But Is Not Limited To, Renovation Of The Interior Of The Building By Removals And Replacement Of Existing Ceilings, Light Fixtures, And Hvac Ductwork. Paint Interior. Installation Of New Spray Foam Insulation At Existing Roof Deck. Installation Of Retrofit Standing Seam Metal Roof And Metal Soffits. Coating Existing Exterior Wall Finishes. Work Shall Be Completed Within 150 Calendar Days. In Accordance With Louisiana Rs 38:2212., Vendors May Submit Their Bid Electronically At The Website Listed Above. Bidding Documents Are Available To View Only At The Website. Bidders May Request The Electronic Bid Package From Keirston St. Amant At Kstamant@lafayettela.gov. Bidders Wishing To Submit Their Bid Electronically Must First Be Registered Online With Lafayette Consolidated Government As A Potential Supplier At The Website Listed Above. Bidders Submitting Bids Electronically Are Required To Provide The Same Documents As Bidders Submitting Through The Mail As Soon As Available. Only A Bid Bond, Certified Check Or Cashier’s Check Shall Be Submitted As The Bid Security. Electronic Copies Of Both The Front And Back Of The Check Or Bid Bond Shall Be Included With The Electronic Bid. Bids Must Be Signed In Accordance With Lrs Title 38:2212(b)5. A Corporate Resolution Or Certificate Of Authority Authorizing The Person Signing The Bid Is Required To Be Submitted With Bid. Failure To Submit A Corporate Resolution Or Certificate Of Authority With The Bid Shall Be Cause For Rejection Of Bid. Copies Of The Bidding Documents Are Available At The Office Of Purchasing Located At 705 West University Avenue, Lafayette, La 70502 Upon Payment Of $88.97 (eighty-eight Dollars And 97/100) Per Set, Non-refundable. Note: No Cash Will Be Accepted - Only Checks Or Money Orders Made Payable To Lafayette Consolidated Government. Bid Documents Shall Be Available Until Twenty Four Hours Before The Bid Opening Date. Questions Relative To The Bidding Documents Shall Be Addressed To Keirston St. Amant At Kstamant@lafayettela.gov. Contractors Are Requested To Attend A Pre-bid Meeting, Which Will Be Held On January 21, 2025 At 12:00 Pm At The Lafayette Fire Station 12 Located At 2856 Verot School Road, Lafayette, La 70508. Each Bid Shall Be Accompanied By A Certified Check, Cashier’s Check, Or Bid Bond Payable To The Lafayette Consolidated Government, The Amount Of Which Shall Be Five Percent (5%) Of The Base Bid Plus Additive Alternates. If A Bid Bond Is Used, It Shall Be Written By A Surety Or Insurance Company Currently On The U.s. Department Of The Treasury Financial Management Service List Of Approved Bonding Companies Which Is Published Annually In The Federal Register, Or By A Louisiana Domiciled Insurance Company With At Least An A-rating In The Latest Printing Of The A.m. Best’s Key Rating Guide To Write Individual Bonds Up To Ten Percent (10%) Of Policyholders’ Surplus As Shown In The A.m. Best’s Key Rating Guide, Or By An Insurance Company In Good Standing Licensed To Write Bid Bonds Which Is Either Domiciled In Louisiana Or Owned By Louisiana Residents. The Bid Bond Shall Be Issued By A Company Licensed To Do Business In Louisiana. The Certified Check, Cashier’s Check, Or Bid Bond Shall Be Given As A Guarantee That The Bidder Shall Execute The Contract, Should It Be Awarded To Him, In Conformity With The Contract Documents Within Ten (10) Days. No Contractor May Withdraw Its Bid Prior To The Deadline For Submission Of Bids. Withdrawal Of Bids Thereafter Shall Be Allowed Only Pursuant To La R.s. 38§2214.c. Otherwise, No Bidder May Withdraw His Bid For At Least Forty-five (45) Days After The Time Scheduled For The Bid Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided Within The Specifications. The Successful Bidder Will Be Required To Execute Performance And Labor And Material Payment Bonds In The Full Amount Of The Contract As More Fully Defined In The Bid Documents. No Contractors May Withdraw His Bid For At Least Forty-five (45) Days After The Time Scheduled For The Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided With The Specifications. The Successful Contractor Will Be Required To Execute Performance And Labor And Material Payment Bonds In The Full Amount Of The Contract As More Fully Defined In The Bid Documents. Bids Will Be Evaluated By The Purchaser Based On The Lowest Responsible And Responsive Bid Submitted Which Is Also In Compliance With The Bid Documents. The Lafayette Consolidated Government Reserves The Right To Reject Any And All Bids For Just Cause In Accordance With La R.s. 38§2214.b. Contractors Or Contracting Firms Submitting Bids In The Amount Of $50,000.00 Or More Shall Certify That They Are Licensed Contractors Under Chapter 24 Of Title 37 Of The Louisiana Revised Statutes Of 1950 And Show Their License Number On The Front Of The Sealed Envelope In Which Their Bid Is Enclosed. Contractors Shall Be Licensed For The Classification Of “building Construction”. Bids In The Amounts Specified Above Which Have Not Bid In Accordance With The Requirements, Shall Be Rejected And Shall Not Be Read. Additional Information Relative To Licensing May Be Obtained From The Louisiana State Licensing Board For Contractors, Baton Rouge, Louisiana. The Lafayette Consolidated Government Strongly Encourages The Participation Of Dbes (disadvantaged Business Enterprises) In All Contracts Or Procurements Let By The Lafayette Consolidated Government For Goods And Services And Labor And Material. To That End, All Contractors And Suppliers Are Encouraged To Utilize Dbes Business Enterprises In The Purchase Or Sub-contracting Of Materials, Supplies, Services And Labor And Material In Which Disadvantaged Businesses Are Available. Assistance In Identifying Said Businesses May Be Obtained By Calling 291-8410. Purchasing Division Lafayette Consolidated Government Publish Dates: 1/15, 1/19, 1/26 Dpr 984399
Closing Date20 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Synopsis:
introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The 516-21-107 Ehrm Infrastructure Upgrades Construction, Lee County Va Clinic Located In Cape Coral, Fl.
project Description:
this Project Shall Construct New Information Technology Fiber Optic Network, Upgrade Hvac Systems And Controls, Security Systems And Patch Panels And Rack Sensors.
this Infrastructure Will Impact The Lee County Healthcare Center, Sebring Community Outpatient Clinic (cboc), And Naples Cboc To Support The Va's
new Electronic Health Record.
this Projects Supports The Change From The Cprs Platform To The Ehr Platform To Provide Safe Care, Help With Retrieving And Responding To Information
rapidly And Accurately, Providing Additional Time For Clinical Staff To Provide Consulting With Patients, And Perform Pre-execution Checks Before Administering Or Performing A Treatment Or Procedure.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In Mid February 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $2,000,000.00 And $5,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 365 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project.
section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By February 2, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131
primary Point Of Contact:
amanda Webster
contract Specialist
amanda.webster@va.gov
secondary Point Of Contact:
bridget May
contracting Officer
bridget.may@va.gov
Closing Date3 Feb 2025
Tender AmountRefer Documents
831-840 of 881 archived Tenders