Paint Tenders
Paint Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Soon7 Feb 2025
Tender AmountRefer Documents
Details: 5. Project Number (if Applicable)
code
7. Administered By
2. Amendment/modification Number
code
6. Issued By
8. Name And Address Of Contractor
4. Requisition/purchase Req. Number
3. Effective Date
9a. Amendment Of Solicitation Number
9b. Dated
page Of Pages
10a. Modification Of Contract/order Number
10b. Dated
bpa No.
1. Contract Id Code
facility Code
code
offers Must Acknowledge Receipt Of This Amendment Prior To The Hour And Date Specified In The Solicitation Or As Amended, By One Of The Following Methods:
the Above Numbered Solicitation Is Amended As Set Forth In Item 14. The Hour And Date Specified For Receipt Of Offers
e. Important:
is Extended,
(a) By Completing Items 8 And 15, And Returning __________ Copies Of The Amendment; (b) By Acknowledging Receipt Of This Amendment On Each Copy Of The
offer Submitted; Or (c) By Separate Letter Or Electronic Communication Which Includes A Reference To The Solicitation And Amendment Numbers. Failure Of Your
acknowledgment To Be Received At The Place Designated For The Receipt Of Offers Prior To The Hour And Date Specified May
is Not Extended.
12. Accounting And Appropriation Data
(rev. 11/2016)
is Required To Sign This Document And Return ___________ Copies To The Issuing Office.
is Not,
a. This Change Order Is Issued Pursuant To: (specify Authority) The Changes Set Forth In Item 14 Are Made In The Contract Order No. In Item 10a.
15c. Date Signed
b. The Above Numbered Contract/order Is Modified To Reflect The Administrative Changes set Forth In Item 14, Pursuant To The Authority Of Far 43.103(b).
result In Rejection Of Your Offer. If By Virtue Of This Amendment You Desire To Change An Offer Already Submitted, Such Change May Be Made By Letter
or Electronic Communication, Provided Each Letter Or Electronic Communication Makes Reference To The Solicitation And This Amendment, And Is Received Prior To
the Opening Hour And Date Specified.
c. This Supplemental Agreement Is Entered Into Pursuant To Authority Of:
d. Other
contractor
16c. Date Signed
14. Description Of Amendment/modification
16b. United States Of America
except As Provided Herein, All Terms And Conditions Of The Document Referenced In Item 9a Or 10a, As Heretofore Changed, Remains Unchanged And In Full Force And Effect.
15a. Name And Title Of Signer
16a. Name And Title Of Contracting Officer
15b. Contractor/offeror
standard Form 30 previous Edition Not Usable
prescribed By Gsa - Far (48 Cfr) 53.243
(type Or Print)
(type Or Print)
(organized By Ucf Section Headings, Including Solicitation/contract Subject Matter Where Feasible.)
(number, Street, County, State And Zip Code)
(if Other Than Item 6)
(specify Type Of Modification And Authority)
(such As Changes In Paying Office, Appropriation Date, Etc.)
(if Required)
(see Item 11)
(see Item 13)
(x)
check
one
13. This Item Applies Only To Modifications Of Contracts/orders,
it Modifies The Contract/order No. As Described In Item 14.
11. This Item Only Applies To Amendments Of Solicitations
amendment Of Solicitation/modification Of Contract
(signature Of Person Authorized To Sign)
(signature Of Contracting Officer) 1 4 0002
01-16-2025 none
36c250
department Of Veterans Affairs
ann Arbor Healthcare System
network Contracting Office 10
2215 Fuller Road
ann Arbor, Mi 48105 36c250
department Of Veterans Affairs
ann Arbor Healthcare System
network Contracting Office 10
2215 Fuller Road
ann Arbor, Mi 48105 to All Offerors/bidders 36c25025q0149
12-19-2024 x x x
1 see Continuation Page 1. The Purpose Of This Amendment Is To: A. Answer Industry Questions; B. Provide An Updated Statement Of Work (sow), Attached Herein, Which Must Be The Sow Submitted With Any Offer, And; C. Provide A Revised Price Schedule, Attached Herein, Which Must Be The Price Schedule Submitted With Any Offer
2. No Other Changes To The Solicitation Are Made As A Result Of This Amendment. jeannie Ortiz
contracting Officer page 33 Of 44
a.1 Price/cost Schedule
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001 4.00
mo
___________
____________ blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
(warranty Coverage 12/16/2024 Through 12/15/2025)
contract Period: Base
pop Begin: 12-16-2025
pop End: 03-31-2026 0002 1.00
mo
___________
____________ blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 03/02/2025 To 03/01/2026)
contract Period: Base
pop Begin: 03-02-2026
pop End: 03-31-2026 0003 2.00
mo
___________
____________ blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 05/19/2025 To 05/18/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 05-18-2025 0004 4.00
mo
___________
____________ blue Pe4 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 07-16-2025 0005 4.00
mo
___________
____________ yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
(warranty Coverage 12/16/2024 Through 12/15/2025)
contract Period: Base
pop Begin: 12-16-2025
pop End: 03-31-2026 0006 2.00
mo
___________
____________ yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 05/19/2025 To 05/18/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 05-18-2025 0007 1.00
mo
___________
____________ yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 03/02/2025 To 03/01/2026)
contract Period: Base
pop Begin: 03-02-2026
pop End: 03-31-2026 0008 4.00
mo
___________
____________ red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
(warranty Coverage 12/16/2024 Through 12/15/2025)
contract Period: Base
pop Begin: 12-16-2025
pop End: 03-31-2026 0009 4.00
mo
___________
____________ red Pe12 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 07-16-2025 0010 1.00
mo
___________
____________ red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 03/02/2025 To 03/01/2026)
contract Period: Base
pop Begin: 03-02-2026
pop End: 03-31-2026 0011 5.00
mo
___________
____________ blue Se5 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 08-31-2025 0012 5.00
mo
___________
____________ red Se15 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 08-31-2025 0013 8.00
mo
___________
____________ blue Se6 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 11-30-2025 0014 8.00
mo
___________
____________ red Se16 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 11-30-2025 0015 4.00
mo
___________
____________ blue Fe7 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 07-16-2025 0016 5.00
mo
___________
____________ yellow Cl7 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 08-31-2025 0017 8.00
mo
___________
____________ yellow Cl8 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 11-30-2025 0018 3.00
mo
___________
____________ blue Ge1 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Base
pop Begin: 04-02-2025
pop End: 07-02-2025 0019 3.00
mo
___________
____________ red Ge3 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Base
pop Begin: 04-02-2025
pop End: 07-02-2025 0020 7.00
mo
___________
____________ blue Ge2 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 11/03/2025 To 11/02/2026)
contract Period: Base
pop Begin: 04-02-2025
pop End: 11-02-2025 0021 7.00
mo
___________
____________ red Ge2 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 11/03/2025 To 11/02/2026)
contract Period: Base
pop Begin: 04-02-2025
pop End: 11-02-2025 base Year Total: $ _____________
1001 12.00
mo
___________
____________ blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027 1002 12.00
mo
___________
____________ blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027 1003 11.00
mo
___________
____________ blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 05/19/2025 To 05/18/2026)
contract Period: Option 1
pop Begin: 05-19-2026
pop End: 03-31-2027 1004 9.00
mo
___________
____________ blue Pe4 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Option 1
pop Begin: 07-17-2026
pop End: 03-31-2027 1005 12.00
mo
___________
____________ yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027 1006 11.00
mo
___________
____________ yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 05/19/2025 To 05/18/2026)
contract Period: Option 1
pop Begin: 05-19-2026
pop End: 03-31-2027 1007 12.00
mo
___________
____________ yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027 1008 12.00
mo
___________
____________ red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027 1009 9.00
mo
___________
____________ red Pe12 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Option 1
pop Begin: 07-17-2026
pop End: 03-31-2027 1010 12.00
mo
___________
____________ red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027 1011 7.00
mo
___________
____________ blue Se5 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Option 1
pop Begin: 09-01-2026
pop End: 03-31-2027 1012 7.00
mo
___________
____________ red Se15 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Option 1
pop Begin: 09-01-2026
pop End: 03-31-2027 1013 4.00
mo
___________
____________ blue Se6 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Option 1
pop Begin: 12-01-2026
pop End: 03-31-2027 1014 4.00
mo
___________
____________ red Se16 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Option 1
pop Begin: 12-01-2026
pop End: 03-31-2027 1015 9.00
mo
___________
____________ blue Fe7 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Option 1
pop Begin: 07-17-2026
pop End: 03-31-2027 1016 7.00
mo
___________
____________ yellow Cl7 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Option 1
pop Begin: 09-01-2026
pop End: 03-31-2027 1017 4.00
mo
___________
____________ yellow Cl8 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Option 1
pop Begin: 12-01-2026
pop End: 03-31-2027 1018 9.00
mo
___________
____________ blue Ge1 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Option 1
pop Begin: 07-03-2026
pop End: 03-31-2027 1019 9.00
mo
___________
____________ red Ge3 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Option 1
pop Begin: 07-03-2026
pop End: 03-31-2027 1020 5.00
mo
___________
____________ blue Ge2 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 11/03/2025 To 11/02/2026)
contract Period: Option 1
pop Begin: 11-03-2026
pop End: 03-31-2027 1021 5.00
mo
___________
____________ red Ge2 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 11/03/2025 To 11/02/2026)
contract Period: Option 1
pop Begin: 11-03-2026
pop End: 03-31-2027 option Year 1 Total: $_____________
2001 12.00
mo
___________
____________ blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2002 12.00
mo
___________
____________ blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2003 12.00
mo
___________
____________ blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2004 12.00
mo
___________
____________ blue Pe4 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2005 12.00
mo
___________
____________ yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2006 12.00
mo
___________
____________ yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2007 12.00
mo
___________
____________ yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2008 12.00
mo
___________
____________ red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2009 12.00
mo
___________
____________ red Pe12 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2010 12.00
mo
___________
____________ red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2011 12.00
mo
___________
____________ blue Se5 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2012 12.00
mo
___________
____________ red Se15 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2013 12.00
mo
___________
____________ blue Se6 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 11-30-2028 2014 12.00
mo
___________
____________ red Se16 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 11-30-2028 2015 12.00
mo
___________
____________ blue Fe7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2016 12.00
mo
___________
____________ yellow Cl7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2017 12.00
mo
___________
____________ yellow Cl8 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 11-30-2028 2018 12.00
mo
___________
____________ blue Ge1 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2019 12.00
mo
___________
____________ red Ge3 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2020 12.00
mo
___________
____________ blue Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2021 12.00
mo
___________
____________ red Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 option Year 2 Total: $_____________
3001 12.00
mo
___________
____________ blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3002 12.00
mo
___________
____________ blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3003 12.00
mo
___________
____________ blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3004 12.00
mo
___________
____________ blue Pe4 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3005 12.00
mo
___________
____________ yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3006 12.00
mo
___________
____________ yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3007 12.00
mo
___________
____________ yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3008 12.00
mo
___________
____________ red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3009 12.00
mo
___________
____________ red Pe12 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3010 12.00
mo
___________
____________ red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3011 12.00
mo
___________
____________ blue Se5 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3012 12.00
mo
___________
____________ red Se15 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3013 12.00
mo
___________
____________ blue Se6 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 11-30-2029 3014 12.00
mo
___________
____________ red Se16 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 11-30-2029 3015 12.00
mo
___________
____________ blue Fe7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3016 12.00
mo
___________
____________ yellow Cl7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3017 12.00
mo
___________
____________ yellow Cl8 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 11-30-2029 3018 12.00
mo
___________
____________ blue Ge1 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3019 12.00
mo
___________
____________ red Ge3 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3020 12.00
mo
___________
____________ blue Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3021 12.00
mo
___________
____________ red Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 Option Year 3 Total: $_____________
4001 12.00
mo
___________
____________ blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4002 12.00
mo
___________
____________ blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4003 12.00
mo
___________
____________ blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4004 12.00
mo
___________
____________ blue Pe4 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4005 12.00
mo
___________
____________ yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4006 12.00
mo
___________
____________ yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4007 12.00
mo
___________
____________ yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4008 12.00
mo
___________
____________ red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4009 12.00
mo
___________
____________ red Pe12 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4010 12.00
mo
___________
____________ red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4011 12.00
mo
___________
____________ blue Se5 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4012 12.00
mo
___________
____________ red Se15 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4013 12.00
mo
___________
____________ blue Se6 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 11-30-2030 4014 12.00
mo
___________
____________ red Se16 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 11-30-2030 4015 12.00
mo
___________
____________ blue Fe7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4016 12.00
mo
___________
____________ yellow Cl7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4017 12.00
mo
___________
____________ yellow Cl8 - Maintenance, Repairs, Testing & Inspection contract Period: Option 4
pop Begin: 04-01-2029
pop End: 11-30-2030 4018 12.00
mo
___________
____________ blue Ge1 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4019 12.00
mo
___________
____________ red Ge3 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4020 12.00
mo
___________
____________ blue Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4021 12.00
mo
___________
____________ red Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 option Year 4 Total: $_____________
base Plus Four Option Year Grand Total: $_____________ answers To Vendor Questions Asked 36c25025q0149 section B. Scope Of Work Oncall And Onsite Schedule
a. Please Clarify The Minimum Time Required To Be Included In The Monthly Cost. i. This Section States 50 Hours Of On-call Service (10hours Per Day)
1. Are These Hours In Addition To The 8hrs Per Day Maintenance Requirement For Monday, Wednesday, And Friday 2. 50 On Call Hours Please Clarify If These Hours Are Regular Time Or Overtime Hours. (there Are Cost Differences) answer: On-call Hours Are Regular Time And Separate From On-site Hours On Monday, Wednesday & Friday. There Is No Overtime For Any Services Required Under The Contract. This Is A Firm, Fixed-price Contract, And As Stated In The Sow The Monthly Rate Is To Be All-inclusive Of All Services Required Unless It Is Something Clearly Listed In The Exclusions. section B. Scope Of Work Callback Services
a. Does This Section Apply To Elevator Union Holidays As Well? answer: The Only Holidays Recognized/applicable Under This Federal Acquisition Are Federal Holidays A Link To The Federal Holidays At The Opm Website Was Included In The Rfq. See Sow Section B, Item 4, Sub Items A & B For Call-back Services Details. section B. Scope Of Work Callback Services 7
a. This Section States That Cleaning Of Door Tracks Are The Responsibility Of The Contractor. i. Based On The Site Requirements The Elevator Contractor Would Lonely Be Onsite 3 Days A Week And Cannot Monitor The Tracks On A Daily Basis.
answer: Item 7 Does Not Identify This As A Daily Requirement, Therefore, The Expectation Is That The Contractor Will Be Responsible For This On The Days They Are There/scheduled To Be There. ii. Can This Be A Shared Responsibility?
answer: The Contract Awardee Will Be Required To Do This. iii. Within The Industry, Cleaning Of Door Sills Are The Responsibility Of The Facility. We Check And Monitor When Conducting Maintenance Only. answer: The Sow Is What Drives The Acquisition And Future Contract Contractor Will Be Required To Perform These Services And Follow All Requirements Listed In The Sow. section B. Scope Of Work Callback Services 12
answer: In The Sow, There Is No Callback Services 12 There Is A Sow, Section B, Item 12 Which Is Not Related To Call-back Services, If That Is What Is Being Referenced. this Section States That The Cor Can Elect To Have Repairs Completed On Overtime At No Additional Cost.
answer: Yes, This Is An All-inclusive, Firm, Fixed-price Acquisition. All Services Required Must Be Covered Under The Monthly Rate With The Only Exception Being Items Clearly On The Exclusions List. i. There Is No Way To Capture That Cost Without Knowing What Could Be Required To Replace On Overtime.
answer: There Are No Overtime Hours As A Firm, Fixed-price Contract Does Not Engage In Variable Types Of Rates. Repairs Are Required Under The Contract Unless They Are Clearly Listed On The Exclusions List. The Monthly Rate Shall Cover All Services Required Under The Contract. Some Months May Require More Repair Work, While Other Months, Contractor Would Receive The Entire Monthly Payment When No Repairs Are Required. Please See The Attached Revised Sow For Slightly Updated Language To Section B, Item 12. ii. Would The Cor Be Willing To Adjust This Section To Cover The Cost Of The Difference In Labor (premium Portion Of Labor) Premium Portion Standard Rate. answer: No. This Is A Firm, Fixed-price Acquisition, Therefore, Additional/variable Rates Do Not Apply. The Contract Will Be All-inclusive Of Services Required, With A Monthly Fixed Rate, Fixed Annual Value, And A Fixed Total Contract Value (assuming Each Option Year Is Exercised At Government Discretion). section B. Scope Of Work Inspections 14, Performance Parameters 19
this Section Details Inspection Reports And Key Performance Indicators/parameters
i. Please Provide Evidence That The Units Included Within The Rfp Meet These Requirements And Parameters answer: Asme 17.1 Performance Parameters For Elevators Are Required. This Includes Elevators Still In Operation Since 1996, Elevators That Were Renovated In 2024, And New Elevators That Will Be Operational In 2025. Please See The Attached Sow For Updated Language To Section B, Item 19. does The Cor Recognize Elevator Union Holidays? answer: The Only Holidays Concerned/recognized Under This Federal Acquisition Are Federal Holidays A Link To The Federal Holidays At The Opm Website Was Included In The Rfq See Sow, Section E, Item 1 For The Opm Federal Holiday Link. is The Cor Aware Of Any City Of Detroit Elevator Division Violations That Are Outstanding? if So, Please Provide Documentation answer: The Service Is Unaware Of Any Facility Vertical Lift That Has Any Municipal Violations That Are Outstanding. how Will Pre-maintenance Repairs, Vandalism Etc Be Handled? answer: Regarding Vandalism, See/review Sow, Section F. Regarding Pre-maintenance Repairs, A Repair Is A Repair, Whether Pre- Or Post-maintenance. Repairs Of Any Nature, Except For Items On The Exclusion List, Are To Be Covered Under The Contract And Handled By Contractor In A Timely Manner Once The Contract Is Effective. All Elevators Are As Is If A Repair Is Required, The Contractor Is Required To Do The Repair. in The Event Of Water And/or Oil, Fluid Accumulates In The Elevator Pit, How Will It Be Handled?
a. Is This A Billable Situation answer: There Are No Billable Situations With A Firm, Fixed-price Contract. The Monthly Rate Paid By The Government Is Not A Variable Rate But A Firm, Fixed-rate Which Covers All Services Required Unless Clearly Listed As An Exclusion On The Exclusions List. will The Site Remove The Fluid And Dispose?
answer: The Contractor Is Required To Remove The Fluid And Properly Dispose Of It. will The Contractor Be Responsible For Removing The Fluid
answer: The Contractor Is Required To Remove The Fluid And Properly Dispose Of It. who Is Responsible For Maintaining The Elevator Phone Lines? answer: Contractor Is Responsible For Maintaining The Operation Of Elevator Cabin Phones. a. Elevator Contractors Do Not Manage Or Run The Lines.
answer: The Facility Will Provide An Operational Phone Signal, But The Contractor Is Responsible For Connecting Both Ends Of The Telephone Line (at Elevator Cabin, Within Each Elevator Travel Cable , And At Elevator Control Panel) In Order To Have Operational Phones In Each Elevator Cabin. b. If The Event Of An Inoperable Phone, Is The Site Responsible For Contacting The Phone Company answer: In The Event Of An Inoperable Phone, Detroit Va S Office Of Information & Technology (oi&t)/telecom Staff Will Repair Any Faulty Phone Signal. If The Facility Telecom Staff Confirms The Phone Signal Is Being Provided, Then The Contractor Is Responsible For Repairing An Inoperable Phone. how Will Obsolescence Be Handled? answer: None Of The Elevators Will Be Obsolete During The Course Of The Awarded Contract, Even If All Option Years Are Exercised, Therefore, This Question Is Irrelevant. the Site Is Currently Modernizing Elevators
a. Are There Any Components That Are Considered Proprietary? i. If So, Please Detail How The Cor Would Like To Approach The Situation answer: The Service/cor Is Unaware Of Any Proprietary Components. Contractors Must Be Capable Of Repairing Or Replacing Elevator Equipment To Properly Maintain The Facility S Vertical Lifts. badging Training
a. Please Detail Any Training Or Badging Requirements Needed For Access answer: Upon Arrival At Detroit Va, Contractor/contractor Staff Are Required To Report To Cor Who Will Handle Badge Information/access, Training Information And Any Other Items Required. will The Cor Consider Alternate Maintenance Approaches That Differ From The 3 Day A Week Maintenance Requirement? answer: No, The Sow Defines Exactly What The Requirement/needs Are. part A: I Noticed That There Are 3 New Elevators Red Garage 1, Blue Garage 3, And Red Passenger 13 These Upon Expiration Of Will Be Installed And Are Not On The List.â Is The Intent To Add These To The Agreement? answer: Yes, The Intent Will Likely Be To Add Them To The Contract Via Contract Modification At Whatever Point In Future They Should Be Added, However, For The Purposes Of The Contract Required At Present Time (which Does Not Include The Unknowns Regarding These Three Elevators), These Elevators Are Not Included In The Sow And Any Offers Submitted Should Related To The Actual Contents/requirements Of The Sow. part B: All 21 Elevators In The Hospital And Garages Are Undergoing Modernizations Over The Next 2 Years Plus Finishing At Various Times.â as The Elevators Are Upgraded They Go Onto A Free Service Period.â i Believe It Is A Full Year Free Service. If A Company Other Than The Installation Company Works On The Elevators In Any Way It Voids The Warranty.â it Would Appear If The Installation Company Is Not Maintaining These Upgraded Elevators The Va Is Paying Twice For The Same Services And Possibly Voiding Warranties.â is This The Intent Of This Agreement? answer: To More Clearly Define Which Elevators Will Be Requiring Services Under The Contract For Certain Periods Of Time, A New Price Schedule Has Been Drafted And Is Attached To This Amendment. Not All Elevators Will Need Services At The Same Time/in The Same Years, And As Such, It Is Imperative To Price Services Accordingly. Offerors Should Make Careful Note To Only Price Services For The Months Required, For The Base Year And For Each Potential Option Year, For Each Elevator. please Provide Any Information Available On:
the Manufacture Of Controls, Geared Or Gearless Type Of Machine And,
answer: 1. Original Parking Elevators: A. Dover (hydraulic) Motor. B. Dover Wcr Control Panel. 2. Original Cart-lifts: A. Dover Motor. B. Dover Msd1 Control Panel. 3. Original Freight Elevator: A. Dover (hydraulic) Motor. B. Dover Wcr Control Panel. 4. Original Passenger Elevators And Original Service Elevators: A. Dover Motor. B. Thyssenkrupp Tac 50-04 Control Panel. 5. New Passenger Elevators: A. Kone Mx40 Motor. B. Kone Kcm Control Panel. 6. New Service Elevator 15 And Service Elevator 16: A. Kone Mx40 Motor. B. Kone Kcm Control Panel. 7. New Service Elevator 5 And Service Elevator 6: A. Kone Mx Machine. (not The Same As Motor For Se15 & Se16). B. Kone Kcm Control Panel. 8. New Parking Elevators: A. Kone Mx Machine. B. Kone Kcm Control Panel. how Many Stops Each Elevator Has.
answer: This Information Is For The 21 Elevators Associated With This Requirement, And Also For The 3 Additional That May Or May Not Be Added To The Contract At A Later Date. Please Ensure Any Offer Submitted Pertains Only To The Actuals Of This Acquisition.
cart-lifts 7 And 8 (cl7, Cl8) Have Two Stops: Lower Level (ll) And Floor Four (f4).
freight Elevator (fe7) Has Two Stops: Ll And F1.
blue Parking Elevators 1, 2, And 3 (ge1, Ge2, Ge3) Have Six Stops: Ll Thru F5.
red Parking Ge1, Ge2, And Ge3 Have Six Stops: Ll Thru F5.
blue Passenger Elevators (pe1, Pe2, Pe3, Pe4) Have Eight Stops: Ll Thru F7.
blue Service Elevators (se5, Se6) Have Eight Stops: Ll Thru F7.
yellow Pe8 Has Six Stops: Ll Thru F5.
yellow Pe9 And Pe10 Have Five Stops: Ll Thru F4.
red Pe11, Pe12, Pe13, And Pe14 Have Six Stops: Ll Thru F5.
red Se15 And Se16 Have Six Stops: Ll Thru F5. please Provide Any Outstanding Repairs, Inspection Items To Be Corrected, Etc.:
answer: The Only Outstanding Issue Is With Cart-lift (cl) 8 For Dirty Surgical Instruments. A Padlock Has Been On The Power Switch Since 2019 For Two Reasons:
cart-lift Travels At About One-third The Expected Vertical Speed.
surgical Staff, Multiple Elevator Specialists, And I Have Witnessed Cl8 Travel Up And Down While Lobby Doors Are 100 Percent Open At Floor Four.
44 page 44 Of 44 statement Of Work
general
the Detroit Va Medical Center (dva) Located At 4646 John R. Street, Detroit, Michigan 48201 Requires A Firm, Fixed-price Contract For Preventive Maintenance And Repairs For All Operational Vertical Lifts At Vamc Detroit. Contractor Shall Provide All Tools, Parts, Materials, Equipment, Labor, Certified Elevator Specialists/technicians, Supervision, Licenses, Insurance And Transportation Necessary To Perform Preventive Maintenance, Repairs, Inspections And Call-back Services For The Vertical Transport Equipment Listed In This Statement Of Work (sow). Contractor Shall Provide Maintenance In A Manner Which Ensures The Safe And Continuous Operation Of All Equipment Listed In Accordance With Commercial Practices Or Manufacturer's Specifications (ansi-asme Al7). firm, Fixed-price Contracts Cover The Services Listed Within (with Exception To Any Exclusions List) At A Set Monthly Price, And Overall Total Contract Value. All Services And Repairs Under This Contract Are Included In The Monthly Price (except For Items On The Exclusions List). scope Of Work: elevator Services Include, But Are Not Limited To Scheduled Weekly Inspections, Adjustments, Cleaning And Lubrication Of All Machinery, Machinery Spaces, Hoist Ways, And Pits. reports:
annual No-load Test
five-year Full-load Test on-call And On-site Schedule:
the Contractor Shall Provide On-call Service Of 50 Hours Per Week, Ten Hours Per Day, Monday Through Friday, From 7:00 Am To 5:00 Pm Et, For All Vertical Transportation Equipment.
following Are Maintenance Hours Required By This Contract. Contractor Shall Be On-site:
monthly: 96 Hours
weekly: 24 Hours Assigned Day: 8-hour Shift. Assigned Days Are Monday, Wednesday And Friday, Unless One Of Those Days Is A Federal Holiday, In Which The Shift Shall Be Adjusted To A Non-federal Holiday Business Day That Week, Subject To Cor Approval. call-back Services: the Contractor Shall Provide Call-back Service During Federal Holidays And Non-business Hours For Emergencies. The Contractor Shall Provide Make-up Inspection Hours Lost Due To Holidays By Scheduling Additional Preventative Maintenance Hours Within The Month The Holiday Occurs. example: If The Holiday Falls On A Monday, Then The Makeup Day Shall Be Either Tuesday Or Thursday. contractor Shall Provide Scheduled Weekly Examinations, Adjustments, Cleaning, And Lubrication Of All Machinery, Machinery Spaces, Hoist Ways, And Pits. Contractor Shall Maintain All Parts Of The Vertical Transportation Equipment Systems Consisting Of, But Not Limited To, The Following: hoisting Machinery
operating And Signal Fixtures
wire Ropes
door Operating And Safety Equipment
control Apparatus And Power Drives .
fixed Mechanical Equipment
auxiliary Apparatus (to Include Any Cart Ejection Systems) And Appurtenance
electrical Wiring And Traveling Cables mechanical And Electrical Safety Devices contractor Shall Ensure That Elevator Door Tracks Are Free From Dirt And Debris To Ensure Smooth, Proper Operation Of Elevator Doors. contractor Shall Replace All Burned Out Light Bulbs Inside The Elevator Cabs To Maintain Proper Lighting At All Times. Vamc Detroit Will Provide The Light Bulbs For The Contractor. Install As Used In The Work Required, Specifications And Drawings Shall Mean Furnish, Install, Connect, Adjust And Test Except Where Otherwise Specified. brand Names Are Specified To Indicate Performance And Quality Characteristics. No Substitutes Of Specified Materials Shall Be Accepted. emergency Generator Test: Vamc Detroit Conducts Testing Of The Facility S Emergency Generators On The First Wednesday Of Each Month, From 6:15 Am To 6:45 Am. Duties To Be Performed Shall Include The Following:
before 6:00 Am: Be Present For Duty To Participate In The Test.
no Later Than 6:05 Am: Assist Vamc Detroit Staff In Utilizing The Fire Recall System To Bring All Elevators To The First Floor. Note: Waiting Until Five Minutes After 6:00 Am Is To Give Biomedical Engineering Staff Necessary Time To Shut Down Biomedical Equipment Prior To Generator Testing. after 6:15 Am: When The Facility Disconnects From Detroit Edison At 6:15 Am, The Contractor Will Assist Vamc Detroit Staff In Turning Off The Fire Recall System And Ensure That At Least One Elevator Is Running At Each Elevator Bank For The Duration Of The Generator Test.
assist Va Staff In Performing Code Blue Testing On Selected Elevators During The Test. different Elevators Will Be Selected By The Cor For Each Test. be Available To Troubleshoot Any Problems Occurring With The Elevators When Normal Power Has Been Restored Upon The Conclusion Of The Test. the Cor Will Notify The Contractor If There Is A Need To Take A Vertical Lift Out Of Service In Order For Contractor To Make Repairs. If The Contractor Determines That A Vertical Lift Is Operating In An Unsafe Manner, The Contractor Is Authorized To Remove The Vertical Lift From Service And Must Notify The Cor Immediately. The Cor Will Coordinate With The Contractor To Repair Off-line Vertical Lifts In A Timely Fashion. Repairs Will Be Covered Under This Contract Unless It Is An Item Clearly Listed On The Exclusions List. testing:
the Next Five-year Full-load Test Is Due In 2025.
monthly: Examine All Safety Devices And Governors.
quarterly: test The Communications And Elevator Fire Safety System. the Fire Safety System Testing Includes Manual Recall (phase I) And Fireman S elevator Operation (phase Ii).
confirmation And Results Of All Tests Shall Be Forwarded To The Cor Upon Completion Of Testing.
annually No-load Test Of Safety Mechanisms:
conduct A No-load Test Of Safety Mechanisms, In Accordance With The American Society Of Mechanical Engineers, Asme/ans1 A17.1 (2010).
confirmation And Results Of All Tests Shall Be Forwarded To The Cor Upon Completion Of Testing.
every Five Years Full Load Test Of Safety Mechanisms. During The Full-load Test, The Following Shall Also Be Conducted:
conduct A Full-load Test Of Safety Mechanisms, In Accordance With The American Society Of Mechanical Engineers, Asme/ans1 A17.1 (2010).
inspect Car Balances.
inspect The Governors. Set Them, Recalibrate Them, And Seal Them For Proper Tripping Speed.
confirmation And Results Of All Tests Shall Be Forwarded To The Cor Upon Completion Of Testing. inspections:
the Contractor Shall Provide Vertical Transportation System Efficiency And Maintenance Survey Inspections Annually. The Results Of These Inspections Shall Be Summarized With Appropriate Backup Material In An Annual Report To The Cor By The End Of The Month Following The Anniversary Date Of The Contract. This Report Shall Include The Following Performance Parameters And Summary Data For Each Vertical Transportation Unit As Appropriate:
unit Speed Up And Oem Specification.
unit Speed Down And Oem Specification.
door Open Speed And Oem Specification.
door Close Speed Normal And Code Limit.
door Close Speed Reduced And Code Limit.
door Closing Torque And Code Limit.
door Dwell Time For Car Call.
door Dwell Time For Hall Call.
leveling Accuracy Summary And Oem Specification.
date Of The Last Annual / Five-year Safety Test Completed.
date Of The Last Annual Communications And Fire Recall System Test.
annualized Call-back Rate With Backup Detail.
dedicated Maintenance Hours For The Preceding Twelve Months. semi-annual Inspections By Independent Consultant: Contractor Shall Accompany Cor Or Vamc Detroit S Independent Consultant On Inspections To Audit The Facility S Elevator Operations Every Six Months.
the Independent Consultant Shall Provide Semi-annual Inspection Reports To The Cor.
the Cor Shall Provide A Copy Of These Reports To The Contractor. The Contractor And Cor Will Determine Who Is Responsible For The Abatement Of Deficiencies Listed In The Semi-annual Reports.
the Cor Shall Provide A Copy Of These Reports To The Chief Of Facility Management Service. The Chief Of Facility Management Service Will Determine Abatement Procedures For Deficiencies That Are The Responsibility Of Vamc Detroit.
the Cor Shall Archive Corrective Actions Taken By Contractor And Chief Of Facility Management, For A File-retention Period Of Five Years. lubrication: Lubricate Monthly (12 Times Per Year At Regularly Scheduled Intervals), All Mechanical Parts Recommended To Be Lubricated By The Oem Of The Vertical Transportation Equipment. cleaning: The Contractor Shall, During All Examinations, Remove And Discard Immediately All Accumulated Dirt And Debris From The Pit Areas, And Be Responsible For Always Maintaining The Cleanliness Of All Elevator Machine Rooms. Additionally, Prior To Each Annual Anniversary Date Of This Contract, Contractor Shall Thoroughly Clean Down The Entire Hoist Way Of All Accumulated Dirt, Grease, Dust, And Debris. painting: Contractor Shall Keep Machinery Exterior And Any Rust-prone Equipment Clean And Painted. Motor Windings And Controller Coils Shall Be Periodically Treated With Proper Insulating Compound. The Machine Room Floor And All Storage Areas Shall Be Painted Annually With Good Quality Deck Enamel. repairs And Replacements Shall Be Made Promptly By Contractor, Or When The Cor Advises The Contractor To Do So. Repairs And Replacements Shall Be Made In Accordance With Conformance Standards And Oem Standards. Repair And Replacement Of Parts Shall Be New/genuine Oem Or Equal In Design, Workmanship, Quality, Finish Fit, Adjustment, Operation And Appearance. Repairs And Replacements Shall Apply To All Mechanical, Electronic, And Electrical Parts, Including But Not Limited To: automatic Power And Manually Operated Door Systems, Car Door And Gate Hangers, Car Door And Gate Contact, Door Protective Device, Guides, Stops And Appurtenances, Car Safety Mechanism, Platform, Car Sills, Car Guide Shoes, Gibs Or Rollers And Appurtenances. geared And Gearless Machinery, Worm, Gear, Bearings, Drive Sheave, Deflector Sheave, And Brake Assembly, Component Parts And All Associated Castings. motor, Motor Generator, Motor Windings, Rotating Element, Stator, Bearings, Rotors, Starters, Solid-state Power Drives Complete And Associated Apparatus, Speed Monitoring Equipment And Attachments. controller, Selector And Dispatching Equipment, All Relays, Solid State Components, Resistors, Condensers, Transformers, Contact Leads, Dashpots, Timing Devices, Computer Devices, Insulators, Solenoids, Resistance Grids, Mechanical And Electrical Driving Equipment, Diagnostics, Troubleshooting Tools, Monitors And Associated Apparatus. governor, Governor Sheave And Shaft Assembly, Bearings, Contacts And Governor Tension Sheave Assemblies. overhead, Deflector Or Secondary Sheaves, Bearings, Car And Counterweight Buffers, Car And Counterweight Guide Rails, Top And Bottom Limit Switches, Activating Cams, Compensating Equipment, Counterweight And Counterweight Guide Shoes Including Rollers Or Gibs. hoist Way Door Interlocks, Top Tracks, Hanger Rollers, Operating Linkages And Auxiliary Door Closing Devices, Hoist Way Landing, Leveling And Encoding Systems Complete, And Power Door Clutch-engaging Systems Complete. car And Hall Lanterns, Lobby Fixtures, Car Operating Panels, Car And Hall Position Indicators, Hall Push-button Fixtures, Audible/visible Signals And Controls Complete, Emergency Lighting, Communication Devices, Remote Operating And Signal Equipment Complete. the Contractor Shall Examine And Equalize Tension On All Wire Ropes And Renew Them Whenever Necessary To Ensure The Maintenance Of Adequate Safety Factor. Contractor Shall Also Shorten All Ropes As Required To Maintain Legal Bottom Clearances And Perform All Safety Code Re-shackling Procedures Per Asme/ans1 A17.1 (2010). contractor Shall Repair Or Replace All Electrical Traveling Cables, Wiring And Conductors Extending To The Vertical Transportation Unit From Main Line Switch In The Machine Room And Outlets In The Hoist Ways. The Main Power Switch And Its Fuses Are Excluded. contractor Shall Be Responsible For Changing Lightbulbs And Lighting Fixtures In The Cab, Pit, Machine Room, And Hoist Way As Required. Dva Will Provide The Light Bulbs. hydraulic Systems Components, Including But Not Limited To, Tanks, Valves, Pump, Cylinder Head, Above Ground Piping, Hoses, Fittings, Gauges, Seals, O-rings, Packing S, Belts, Recovery Devices, Overflow Devices, Rescuvator (auxiliary Power Device) Or Other Emergency Operating And Signal Systems, Above-grade Cylinder And Plunger Assemblies Complete, Cathodic Protection Devices, Muffler, Heater And Shut-off Valves. performance Parameters: All Vertical Lifts Shall Meet The Standards Required By The American Society Of Mechanical Engineers (asme). Performance Parameters For Each Vertical Lift Must Comply With The Particular Version Of Asme 17.1, Safety Code For Elevators And Escalators, That Was In Effect At The Time Of Installation Or With The Most Recent Version For Each Renovated Vertical Lift. spare Parts: The Contractor Shall Provide And Maintain A Supply Of Contacts, Coils, Solid-state Boards And Associated Components, Leads, Brushes, Lubricants, Wiping Cloths, Rollers, Guides, Switches, And Other Minor Parts In The Vertical Transportation System(s) Machine Room(s) For The Performance Of Routine Preventive Maintenance. All Spare Parts Shall Be Kept In Storage Cabinets Provided By The Contractor. record Keeping: a Complete Permanent Record Of Maintenance Inspections And Routines, Repair Work, Lubrication, And Call Back Service Will Be Kept In The Machine Room. These Records Are To Be Always Available To The Cor. The Records Shall Indicate The Reason The Mechanic Was In The Building, Arrival And Departure Time, The Work Performed, Etc., And These Records Shall Be Property Of Vamc Detroit. Record Keeping Requirements Are The Responsibility Of Contractor S Maintenance Personnel. a Contractor S Proprietary System That Fulfills The Requirements In The Above Paragraph Will Be Accepted In Lieu Of The Method Specified, However, All Records, Including Annual Summary Reports Must Be Provided To The Cor And Are Property Of Dva. Hot Work : precautions Shall Be Taken By The Contractor, To Prevent Accidental Operation Of Any Existing Smoke Detectors By Minimizing The Amount Of Dust Generated In The Vicinity Of Any Smoke Detectors. the Contractor Shall Not Perform Any Hot Work Without An Approved Hot Work Permit From The Cor. Hot Work Is Any Work That May Generate A Source Of Ignition In Areas Where Flammable Or Combustible Materials May Be Present. Welding, Flame Cutting, Use Of Pneumatic Hammers, Soldering, Brazing, Thermal Spraying, Thawing Pipe And Spark Producing Equipment Are Examples Of This Type Of Work. before Any Hot Work Is Conducted, The Contractor Or Sub-contractors Shall Obtain A Hot Work Permit From The Cor. Cor Is The Overseer And Decider On Any And All Hot Work To Be Performed. contractor Storage Space On Dva Premises: There Will Be Space Made Available To Contractor For Storing Items. The Cor Will Designate The Space; The Space Designated May Be Subject To Change With Dva. list Of Elevators Requiring Services
lift Name
lift Type
lift Location
maximum Lift Capability
blue Pe1
geared Traction Passenger Elevator
blue Tower
4000
blue Pe2
geared Traction Passenger Elevator
blue Tower
4000
blue Pe3
geared Traction Passenger Elevator
blue Tower
4000
blue Pe4
geared Traction Passenger Elevator
blue Tower
4000
yellow Pe8
geared Traction Passenger Elevator
yellow Tower
5000
yellow Pe9
geared Traction Passenger Elevator
yellow Tower
5000
yellow Pe10
geared Traction Passenger Elevator
yellow Tower
5000
red Pe11
geared Traction Passenger Elevator
red Tower
4000
red Pe12
geared Traction Passenger Elevator
red Tower
4000
red Pe14
geared Traction Passenger Elevator
red Tower
4000
blue Se5
geared Traction Service Elevator blue Tower
6000
blue Se6
geared Traction Service Elevator blue Tower
6000
red Se15
geared Traction Service Elevator red Tower
5000
red Se16
geared Traction Service Elevator red Tower
5000
blue Fe7
hydraulic Freight Elevator
blue Tower
6000
yellow Cl7
geared-traction Cart Lifts
yellow Tower
1000
yellow Cl8
geared-traction Cart Lifts
yellow Tower
1000
red Ge2
hydraulic Garage Elevators
red Garage
3500
red Ge3
hydraulic Garage Elevators
red Garage
3500
blue Ge1
hydraulic Garage Elevators
blue Garage
3500
blue Ge2
hydraulic Garage Elevators
blue Garage
3500 elevator Warranty Coverage Periods during The Specific Warranty Period Listed For Each Elevator, An Elevator Modernization Warranty Is In Effect And Contractor Shall Not Perform Any Services To Any Elevator Within The Warranty Period Listed. Contractor Shall Provide All Sow Services Required For Any Elevator Beginning On The First Day That Elevator Is No Longer Covered Under Warranty. For Example, Elevator Blue Pe1 S Last Day Under Warranty Is 12/15/2025, Therefore, Contractor Must Begin Providing Services On 12/16/2025. The Following Schedule Is Provided To Clarify Existing Warranty Coverage Periods For Each Elevator: ten Gearless-traction Elevators:
blue Pe1 (warranty Coverage And Gps 12/16/2024 To 12/15/2025)
blue Pe2 (warranty Coverage And Gps 03/02/2025 To 03/01/2026)
blue Pe3 (warranty Coverage And Gps 05/19/2025 To 05/18/2026)
blue Pe4 (warranty Coverage And Gps 07/17/2025 To 07/16/2026)
yellow Pe8 (warranty Coverage And Gps 12/16/2024 To 12/15/2025)
yellow Pe9 (warranty Coverage And Gps 05/19/2025 To 05/18/2026)
yellow Pe10 (warranty Coverage And Gps 03/02/2025 To 03/01/2026)
red Pe11 (warranty Coverage And Gps 12/16/2024 To 12/15/2025)
red Pe12 (warranty Coverage And Gps 07/17/2025 To 07/16/2026)
red Pe14 (warranty Coverage And Gps 03/02/2025 To 03/01/2026) four Service Elevators:
blue Se5 (warranty Coverage And Gps 09/01/2025 To 08/31/2026) blue Se6 (warranty Coverage And Gps 12/01/2025 To 11/30/2026) red Se15 (warranty Coverage And Gps 09/01/2025 To 08/31/2026) red Se16 (warranty Coverage And Gps 12/01/2025 To 11/30/2026) one Hydraulic Freight Elevator: blue Fe7 (warranty Coverage And Gps 07/17/2025 To 07/16/2026) two Geared-traction Cart-lifts:
yellow Cl7 (warranty Coverage And Gps 09/01/2025 To 08/31/2026)
yellow Cl8 (warranty Coverage And Gps 12/01/2025 To 11/30/2026) four Gearless-traction Elevators: blue Ge1 (warranty Coverage And Gps 07/03/2025 To 07/02/2026)
blue Ge2 (warranty Coverage And Gps 11/03/2025 To 11/02/2026)
red Ge2 (warranty Coverage And Gps 11/03/2025 To 11/02/2026)
red Ge3 (warranty Coverage And Gps 07/03/2025 To 07/02/2026) conformance Standards
asme A17.1 / Csa B44 Safety Code For Elevators And Escalators (2013) Or Current asme A17.1 Safety Code For Elevators And Escalators The Particular Version Of Asme 17.1 In Effect At Time Of Installation Or At Time Of Most Recent Renovation Of Each Vertical Lift asme A17.2 Guide For Inspection Of Elevators, Escalators, And Moving Walks (2012) Or Current compliance With The Current Editions Of Ansi/asme Al 7 (a17.1, A17.2, And A17.3) original Equipment Manufacture (oem) Standards And Requirements va Standards And Regulations days And Hours Of Operation / Federal Holidays
a List Of All Federal Holidays Can Be Found At: Https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/ all Work, Including Regular Examinations And Repairs In Accordance With This Contract Are To Be Made During Regular Business Hours Between 6:00 Am To 4:30 Pm, Monday Through Friday, Except For Federal Holidays. exclusions
all Repairs, Parts And Labor Required For Repairs Shall Be Included, At No Additional Cost, Unless It Is Clearly And Specifically An Excluded Item Listed Below: any Extra Charge Work Clearly Due To Vandalism Or Misuse. Contracting Officer Must Be Informed In Advance And Approve Of Work Being Outside Of Scope For This Contract No Invoice Will Be Paid Without Prior Approval. installation Of New Attachments, Which May Be Required Or Recommended By Insurance Agencies Or Government Authorities. repairs Or Replacement Of Cab Enclosure, Hoist Way Enclosures, Door Frames (not Doors) And Sills, Machine Room Lighting, Cab Tile Or Carpet. replacement Of Underground Hydraulic Piping Or Hydraulic Cylinder. it Is To Be Understood That Any Item Not Specifically Excluded In The List Above Shall Be Considered The Contractor's Responsibility And Fall Within The Costs Of This Contract. contractor & Contractor Staff Responsibilities
maintenance Work Shall Be Performed Only By Employees Directly Employed And Supervised By The Contractor. Contractor Employees Shall Be Experienced And Certified In Maintaining Vertical Transportation Systems/elevators. the Contractor Shall Be Regularly Engaged In The Business Of Servicing Equipment Similar To That Being Maintained Under This Contract And Shall Have Done So For A Period Of At Least Five Years Prior To The Date Of The Solicitation For This Contract. The Contractor Shall Have A Permanent Service Branch Capable Of Providing Normal Service Within Two Hours After A Request Is Made And Emergency Call-back Service As Specified In Paragraph 17. contractor Shall Make All Repairs Or Replacements Due To Damage By Contractor Employee Improper Repair, Negligent Or Willful Acts, Or Omissions Of Required Information, Services, Repairs, Etc.
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Details: Date Soliciation Documents Available (approx.): 14 January 2025 this Project Is Advertised On An Unrestricted Basis. this Solicitation Is A “best Value”, Two-phase Source Selection. In Phase One, Offerors Will Compete For The Opportunity To Submit Proposals For Phase Two. In Phase One, An Offeror Must Submit Certain Specified Information Regarding Its Company’s Past Performance And Technical Approach. Price Is Not A Submission Requirement In Phase One. Based On The Results Of Phase One Evaluations, The Government Will Select Two Or More Of The Most Highly Rated Offerors To Participate In Phase Two. However, The Government Reserves The Right To Reject Any And/all Offers. In Phase Two, Offerors Will Compete To Determine Which Offerors Will Be Awarded An Indefinite Delivery/indefinite Quantity (idiq) Contract And Be Included In The Matoc Pool. Price Proposals Will Be Submitted In Phase Two And Will Consist Of Two Bid Schedules: Bid Schedule No. 1 (rates) And Bid Schedule No.2 (seed Project Price). Following Phase Two Evaluations, The Government Intends To Award Two Or More Matocs And To Award The Seed Project (bid Schedule No. 2) To One Of The Awardees. However, The Government, At Its Discretion, Is Not Obligated To Award Any Matocs Or The Seed Project As A Result Of The Evaluations. description Of Work (physical Characteristics) the Government Intends To Award Multiple Contracts Pursuant To This Solicitation. These Contracts Shall Be Indefinite Delivery/ Indefinite Quantity (idiq) Multiple Award Task Order Contracts (matoc) With Design Build Capabilities To Support U.s. Army Corps Of Engineers, Mobile District, Military Construction And Support For Others Program For Construction Requirements In Central America. This Requirement Is Being Handled By The U.s. Army Corps Of Engineers, Mobile District; Mobile, Alabama. the Term Of The Contract Is Limited To A Five Year Ordering Period. The Guaranteed Minimum For The Contract Is $1,000. The Total Dollar Capacity For The Contract Is $99 Million Over Five Years. contractors Shall Complete All Work Under Their Contract In Accordance With Schedules That Are Established In Each Task Order. Work Will Vary From Site To Site, Or Location, And Will Require Extensive Knowledge Of Construction And Renovation Projects. Submittal Dates Will Be Included In The Individual Task Orders. These Dates Identify When Information Is Due To The Issuing Government Office And Other Addresses Identified In The Individual Task Orders. The Types And Numbers Of Submittals And Dates And Places For Review Meetings Shall Be Established By Each Task Order Under This Contract. Defense Base Act (dba) Insurance Will Be Required For All The Task Orders. the Government Anticipates That Task Orders Will Be Awarded On A Firm Fixed-price Basis. objective. This Contract Will Require Contractors To Provide All Plant, Labor, Equipment And Materials Necessary To Perform Design, Construction, Incidental Demolition, Upgrade And Repair Of Facilities And Structures. Work Will Typically Include Vertical And Horizontal Construction, Site Work, Geotechnical Surveys, Landscaping, Surveying, Mapping, Mechanical And Electrical Work For Blast Resistant, Fortified Structures; Rigid And Flexible Paving For Roads, Airfields And Helipads; Parking Lots; Riverine And Marine Construction Of Floating Docks, Piers, And Barges; Dredging; Construction Of Remote And Temporary Camps, Firing Ranges, Rappel Towers, Shoot Houses, Fuel Systems, Ammunition Storage, Food Storage, Interior And Exterior Utilities To Include Water And Sewage Treatment, Water Wells, Communications, Electrical Power (to Include Generators And Solar And Wind Power), Security (to Include Field Fortifications, Wire Obstacles, Bunkers, Watch Towers And Security Fencing And Hardening Of Existing Facilities) And Safety Of Facilities. Facilities And Structures May Include Administrative Buildings, Barracks, Warehouses, Hangars, Schools, Motor Pools, Etc. The Work May Involve Replacement In Kind, Repairs, Upgrades And Modification Work And/or New Construction. It Also May Include Incidental Design And Testing, And Survey And Abatement For Lead Based Paint (lbp) And Asbestos Containing Materials (acm). Facility Repairs, Upgrades And Construction Shall Conform To The Requirements Of The Technical Criteria Listed In The Task Order. Task Orders May Require The Application Of U.s. Building Codes; International Building Code (ibc); National Electric Code (nec); Structural And Heating, Ventilation And Air Conditioning (hvac) Codes; And U.s. Department Of Defense Criteria That Include, But Are Not Limited To, Unified Facility Criteria (ufc) And Anti-terrorist And Force Protection (aftp) Requirements As Well As Any Host Nation Requirements That May Be Stricter Than Those Listed Above. In Addition, Construction Materials, Including, But Not Limited To Locally Available Aggregates, Cements, Reinforcing Steel, Structural Lumber, Block Masonry Products, Conduit And Electrical Devices, Pipe And Plumbing Fixtures, May Be Purchased Under This Contract. Some Construction May Occur At Remote Locations And Close Coordination Will Be Required With Both The Us Army Corps Of Engineers And Host Nation Military And Civilian Authorities Throughout The Life Of The Projects. Projects On Host Nation Military Installations Will Require That Employees Be Vetted For Security By Host Nation Military Authorities. The Work Described Herein Shall Be Accomplished Through The Implementation Of Task Orders Issued Under The Terms Of This Solicitation. seed Project: To Be Identified In Phase Two the North American Industry Classification System (naics) Code For This Project Is 236220. estimated Cost Range Project: $25,000,000 To $100,000,000 offers Covering The Project Restricted To Small Business Yes_ __ No_ X _ *restricted To 8(a) Competitive For Region Iv Yes___ No_x_ Subcontracting Plan Required Yes_ __ No_ X__ field Office: Central America Resident Office Poc: Ivan Olivieri, 251-694-4027 project Manager: Julie Walton, 251-694-4633 project Engineer: Steven Mcdavid, 251-690-2621 specification Engineer: Melody Little, 251-690-2916 contract Specialist: Terri Adams, 251-441-6500 note No. 1: All Prospective Contractors And Their Subcontractors And Suppliers Must Be Registered In The System For Award Management (sam.gov) Before They Will Be Allowed To Download Solicitation Information. Contractors Must Be Registered In The System For Award Management (sam) At Https://sam.gov/content/home Prior To Award Of This Contract. Solicitation Documents, Plans And Specifications Will Only Be Available Via The Procurement Integrated Enterprise Environment (piee) Website Https://piee.eb.mil See Attachments Piee Solicitation Module Vendor Access Instructions And Sop Piee Proposal Manager Offeror For Instructions On Getting Access To The Piee Solicitation Module And Submitting Your Proposal. Registration For Plans And Specifications Should Be Made Via The Procurement Integrated Enterprise Environment (piee) Website Https://piee.eb.mil. If You Are Not Registered, The United States Government Is Not Responsible For Providing You With Notifications Of Any Changes To This Solicitation. The Solicitation Will Be Available Only As A Direct Download. This Solicitation Will Not Be Issued On Cd-rom. Neither Telephonic, Mailed, Nor Fax Requests Will Be Accepted. Registration Should Be Completed One (1) Week Prior To The Issue Date. It Is Therefore The Contractor’s Responsibility To Monitor The Website Daily For The Solicitation To Be Posted, And For Any Posted Changes Or Amendments To This Solicitation. The Plans And Specifications And All Notifications Of Changes To This Solicitation Shall Only Be Made Through This Posting And Modifications Hereto. Plans And Specifications Will Not Be Provided In A Printed-paper Format; However, The Government Reserves The Right To Revert To Paper Medium When It Is Determined To Be In The Government's Best Interest. Note: This Solicitation Is In .pdf Format And Requires Adobe Acrobat Reader. Adobe Acrobat Reader May Be Downloaded Free Of Charge At Http://www.adobe.com/products/reader. note No. 2: All Bid Forms, Bid Bonds, And Other Normal Documents Required For The Bid Submittal, Including Amendments To The Bid Submittal, Shall Be Electronic Format With The Proposal. note No. 3: All Advertisements Of Mobile District Projects Will Be Through The Procurement Integrated Enterprise Environment (piee) Website Https://piee.eb.mil. Detailed Information On This And Other Mobile District Projects (ordering Solicitations, Points Of Contact, Synopsis Of Work, Etc.) Are Available On The Internet At The Procurement Integrated Enterprise Environment (piee) Website Https://piee.eb.mil. address Questions Concerning Downloading Of Plans/specifications To The Contract Specialist Indicated Above. note No. 4: A Contractor Site Visit Will Be Conducted With Those Offerors Advancing To Phase Two. Phase Two Offerors Will Be Notified Via Amendment, As To When And Where The Site Visit Will Be Conducted. note No. 5: The Request For Information (rfi) Process For Bidder Inquiries During The Advertisement Period Will Be Through The Projnet Internet-based System, And Specifics Will Be Contained In The Rfp Solicitation Package Available Exclusively From The Procurement Integrated Enterprise Environment (piee) Website Https://piee.eb.mil. Other Forms Of Communicating Rfis To The Government Will Not Be Honored. The Government Will Try To Respond To All Questions. However, Responses May Not Be Furnished To All Questions And Particularly Those Received Late In The Advertisement Period (0-10 Days Prior To Bid Opening.)
FOREST SERVICE USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents
Description: Mof Fr911 Holcombe Creek Deck Replacement And Superstructure Painting.
U S COAST GUARD USA Tender
Others...+2Civil And Construction, Civil Works Others
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents
Details: Amendment 0003 (attached) Biddue Date Is Changed To 20 February 2025 At 2:00 Pm Local Time, Warwick, Ri. amendment 0002 (attached) amendment 0001 (attached): The Time For The Scheduled Site Visit Has Been Set At 10:00 Am Est On Friday, 10 January 2025. Attendees Are Instructed To Meet At The Main Entrance Of Waesche Hall. contractor Shall Provide All Personnel, Equipment, Materials, And All Other Items And Services Required To Relocate The Library’s Special Collection, Located At Waesche Hall At The U.s. Coast Guard Academy, And All Incidental Related Work. The Project Includes A Base Bid Item And One (1) Optional Bid Item. item No. 1 - Base Bid Item collection Archival Space Shall Be 2-hour Fire Rated With Controlled Temperature, Moisture, And Lighting. The New Mechanical Room Shall Be A 1-hr Fire Rated Space. a. Work Consists Of The Removal Of Existing Walls, Doors, Ceilings, Flooring And Mep Systems, And The Provision Of Interior Gypsum Board Partitions, Shaft Walls And Ceiling Assemblies, Flooring, Doors And Door Frames, Electrical Lighting, Power And Data, Mechanical Ductwork/equipment, And New Paint. b. Work Includes The Provision Of New Fiber Optic Cable From The Basement Of Chase Hall C Annex (data Closet C036) To The Ground Floor Of Waesche Hall (room 017). All Cables Shall Be Run Through Existing Conduit Between Buildings. c. Construction Work Includes Alterations To The Second-floor Breakroom (room 220) Kitchenette To Include Relocating A Sink And Base Cabinet, New Power Receptacles And The Provision Of A New Data Cabinet, Fiber, Cabling, And Data Switches. d. Second Floor Work Also Includes The Removal Of The Existing Special Collection Metal Wire Enclosure (located In Library Space - Room 200) And All Associated Structural Framing And Mechanical Fasteners (floor & Ceiling Mounted). Note, This Work Shall Only Be Performed After; The New Special Collection Space (room 117) Is Completed, And The High-density Shelving System Is Installed, And The Collection Of Rare Books And Media Materials Are Moved From The Second Floor Into The New Special Collection Room 117. The Owner Shall Move The Special Collection Materials Into The New Space Upon Its Completion. The Contractor Shall Coordinate The Scheduling Of The Second-floor Special Collection Enclosure Removal Work With The Cor. item No. 2 - Optional Bid Item provision Of New High Density (mobile Storage Units) Shelving System As Specified. all Work Shall Be Accomplished In Accordance With The Specifications For Project #22020230, Drawings 22020230, And The Applicable Wage Rates Incorporated Herein. Please See Attachments For More Details. the Applicable North American Industry Classification System (naics) Code Is 237990 Other Heavy And Civil Engineering Construction, With A Small Business Size Standard Of $45.0 Million. The Estimated Value Of The Procurement Is Between $500,000 And $1,000,000. A 20% Bid Bond Is Required. Performance And/or Payment Bonds Will Be Required. the Date Set For Receipt Of Bids Is 28 January 2025. Award Is Anticipated To Be Made Mid Or Late February 2025. The Performance Period Is Estimated To Be 294 Calendar Days From Issuance Of Notice To Proceed. this Acquisition Is Issued Pursuant To Far Part 14 Sealed Bidding And Is 100% Set-aside For Small Business Concerns. All Relevant Solicitation Documents, Including Specifications, Drawings, And Applicable Wage Determinations Incorporated Herein, Can Be Accessed For Download As Attachments Of This Ifb At The Following Site: Https://www.sam.gov. Vendors Must Be Registered In The System For Award Management Database Through Https://www.sam.gov In Order To Receive A Federal Government Contract. the Government Reserves The Right To Cancel This Solicitation Either Before Or After The Closing Date. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Solicitation Notice Or Any Follow-up Information Requrest.
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Civil And Construction...+1Building Construction
United States
Closing Soon5 Feb 2025
Tender AmountRefer Documents
Details: Project Description - Generally Described As Follows But Not Limited To: a Brief Description Of The Existing Three (3) Buildings And Site, And Anticipated Basic Scope Are Provided Below: visitor Center Building: approximately 2,550 Gsf built In The 1940s, Interior Completely Renovated And Partial Exterior Renovation In 2011. Lead Based Paint On Exterior Remediated 2017. two-story With Visitor Center On First Floor And Offices On Second Floor And In The Third Story/cupola. situated On Shoreline With Exposure To Strong Daily Winds And Blowing Sand. historic Fishpond, Rocky Coastline, And Near Shore Reef Flat Provide Some Protection From Wave Action And Shoreline Erosion. anticipated Scope Includes: Roof Replacement, Window Replacement, Pv System Replacement, And Minor Interior Renovations. learning Center Building: approximately 4,600 Gsf built In 2009 elevated One-story Building With Garage, Offices, Public Restrooms, Multipurpose Conference Room, Storage. anticipated Scope Includes: Complete Interior Renovation To Accommodate Programmatic Changes, Roofing Replacement, Window Replacement, Pv System Replacement, Complete Hvac Replacement, Fire Alarm System Replacement, Adding A Fire Sprinkler System, And Other Miscellaneous Repair Items. classroom/office Building: approximately 1,900 Gsf built In The 1950s. Concrete Block Building Was Renovated In 2013 With Exterior Siding And Flood Protections anticipated Scope Includes: Complete Interior Renovation To Accommodate Programmatic Changes, Raising The Existing Floor Level To Mitigate Flooding Risk, Provision Of New Flood Gates, Roofing Replacement, Window Replacement, Exterior Painting, Pv System Replacement, Complete Hvac Replacement, Electrical Improvements, Fire Alarm System Improvements, And Other Miscellaneous Repair Items. site Improvements: complete Replacement And Regrading Of The Parking Lot To Provide Positive Drainage And Mitigate Flooding/ponding, Including Permeable Surfaces Where Possible. address Existing Site Drainage Issues Through Renovation Of Existing French Drain, Addition Of Swales, Improved Drainage, Addition Of Landscaping, And Other Approaches. provide/replace Water Lines To Existing Facilities, Including A New Fire Water Line To Learning Center. retain Or Improve Existing Sand Storage. provide A New 6-10 Car Covered Parking Structure With Pv On The Roof, With A Minimum Of 1 Enclosed Secure Parking Space, And Ev Charging For A Minimum Of 1 Vehicle provide Safe And Improved Pedestrian Access To And Through The Site. electrical Conduit Upgrade. other Potential Underground Utility Replacements And Repairs. the Proposed Contract Will Consist Of Contract Line Item Number (clin) 0001 For All Design And Preconstruction Services And Clin 0002 For All Demolition And Construction Work. The Contract May Include Additional Option Clins For Additional Scope Items That Can Be Added To The Scope If Funding Becomes Available. this Is A New Requirement For Design-build Services For The Hihwnms Campus. The Solicitations And Resulting Contract Will Provide All Design And Construction Services For The Hihwnms Building And Site Improvement Project. see Attachment For Additional Information.
BARANGAY VILLA AURORA BURAUEN, LEYTE Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Soon5 Feb 2025
Tender AmountPHP 282 K (USD 4.8 K)
Details: Description Improvement Of Early Childhood Care And Development Center With 63.0 Sq.m. Floor Area Qty Units Items 1 9 Pcs 2" X 3" X 10' Cocolumber Lumber 2 1 Sheet 1/4" X 4' X 8' Marine Plywood With Icc Mark 3 1 Kg Cwn 4" 4 1 Kg Cwn 3" 5 1 Kg Cwn 1 1/2" 6 1 Pc 4' X 8' Tarpulin For Project Signboard 7 1 Liter Qde Paint - White Color 8 2 Pcs Paint Brush 2" 9 2 Cu.m. Gravel Bedding 3/4" 10 16 Pcs. 16 Mm. Ø Rsb 11 15 Pcs. 12 Mm. Ø Rsb 12 131 Pcs. 10 Mm. Ø Rsb 13 21 Kls. Tie Wire No. 16 14 84 Bags Portland Cement (type 1) 15 3 Cu.m. 3/4" Gravel 16 10 Cu.m. Coarse Sand 17 29 Pcs 2" X 3" X 12' Coco Lumber 18 17 Pcs 2" X 2" X 12' Coco Lumber 19 6 Shts. 1/4" Ordinary Plywood (2 Use) 20 3 Kls. Common Wire Nails 1- 1/2" 21 16 Kls. Common Wire Nails 4" 22 8 Kls. Common Wire Nails 3" 23 10 Pcs 2"x2"x12' Good Lumber 24 3 Pcs 1/4"x4'x8' Marine Plywood 25 4 Kgs Common Wire Nails, 2 1/2" 26 1 Kgs Concrete Nails, 3" 27 3 Kgs Common Wire Nails, 1" 28 305 Pcs 4" Chb 29 2 Pcs Pail Flush Type Toilet Bowl For Child 30 1 Pcs Kitchen Sink W/ Complete Fittings And Accessories 31 3 Pcs 4"x4" Pvc Floor Drain 32 4 Length 4"x3.0m Pvc Pipe 33 4 Pc 2"x4" Pvc Wye 34 9 Length 2"x3.0m Pvc Pipe 35 1 Pc 4" Pvc Clean Out 36 4 Pcs. 2"dia.x90˚ Pvc Bend Elbow 37 2 Pcs. 4"dia.x90˚ Pvc Bend Elbow 38 2 Pcs. 2" Dia. Pvc P-trap 39 45 Meters 1/2" Hdpe Pipe 40 3 Pcs. 1/2" Dia. Gate Valve 41 6 Pcs. 1/2"x90˚ Bend Elbow 42 5 Pcs. 1/2" Tee 43 5 Pcs. 1/2" Faucets, Hosebib, Brass 44 3 Rolls 3/4" Teflon Tape 45 7 Pcs Ga. 26 X 10' Corr. G.i. Sheet (.50mm) 46 2 Pcs Ga. 26 X 8' Flashing,big (.50mm) 47 2 Pcs. 1/2"x 12"x 8' Hardisanepa 48 3 Pcs C - Purlins 2" X 4" X 20' 49 16 Pcs 1/4"x1 1/2"x1 1/2" Angle Bar 50 500 Pcs Texcrew 3" 51 1 Ltrs. Vulcaseal 52 3 Packs Welding Rod 53 200 Pcs 20cm X 20cm Glazed Tiles 54 140 Pcs. 20cm X 20cm Unglazed Tiles 55 4 Kls. Tile Groute 56 4 Pcs. Tile Trim 57 1 Sets (0.90mx2.10m) Flush Door 58 1 Pcs. 2''x4''x2.10 M. Good Lumber Door Jamb 59 2 Sets 2''x4" Loose Pin Hinges 60 4 Pcs. 2''x4" Double Action Spring Hinge 61 1 Sets 1.20mx1.20m Steel Casement Window With 6mm Thk. Cler Glass 62 2 Sets 0.60mx0.65m Steel Casement Window With 6mm Thk. Cler Glass 63 35 Mtrs 3.5mm Thw Stranded Wire 64 35 Mtrs Moldflex 1/2" 65 2 Pcs. Big Electrical Tape 66 2 Pcs. 18 Watts Led Bulb 67 2 Pcs 1 Gang Switch With Cover 68 1 Pc. 2 Gang Duplex Convenience Outlet With Cover 69 2 Pcs 4" Porcelain Lighting Outlet 70 3 Pcs 2" X 4" Pvc Utility Box 71 5 Gals Latex Paint, White Flat 72 1 Gals Enamel Paint, White Flat 73 2 Gals Roof Paint, Gloss Baguio Green 74 1 Gals Semi-gloss Latex, Ready Mixed ( Yellow ) 75 2 Gals Semi-gloss Latex, Ready Mixed (green) 76 2 Gals Semi-glosss Latex, Ready Mixed (blue) 77 1 Gals Semi-gloss Latex, Ready Mixed ( Pink) 78 1 Gals Enamel Paint, White Semi-gloss 79 1 Gals Enamel Paint, Semi-gloss ( Green ) 80 1 Gals Paint Thinner 81 20 Shts Sand Paper # 120 82 2 Pcs Paint Roller, 7'' With Pan 83 2 Pcs Baby Roller 84 2 Pcs Paint Brush, 4'' 85 2 Pcs Paint Brush, 2'' 86 2 Pcs Paint Brush, 1'' 87 2 Gals Red Oxide 88 1 Ltrs Concrete Neutralizer 89 8 Pcs Construction Hard Hat 90 8 Pairs Rubber Boots 91 8 Pairs Heavy Duty Hand Gloves 92 3 Box Face Mask 93 1 Units 2'x4' Tarpaulin For Warning Signs 94 1 Pcs 30cm X 30cm Project Marker ( Made Of Marble )
DEPT OF THE ARMY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents
Details: Purpose: The Army Contracting Command (acc) New Jersey, Picatinny Arsenal, Nj 07806-5000 Is Conducting A Market Survey On Behalf Of The Joint Program Executive Office Armaments And Ammunition (jpeo A&a), The Project Manager Combat Ammunition Systems (pm Cas) Has A Need To Identify Potential Sources Capable Of Manufacturing The M776 155mm Cannon Tube Domestically In The Specific Quantities And Lead Time As Annotated Below. The Purpose Of This Market Research Is To Obtain Current Information On The Capability Of Additional Sources To Manufacture M776 155mm Cannon Tubes. description: The 155mm M776 Cannon Tube Is A Component Of The 155mm M777a2 Towed Howitzer, Which Is A Direct-support Cannon Fire Support System For The Army And Must Be Built To The United States Technical Data Specifications. This Sources Sought Is For Planning Purposes Only And Shall Not Be Construed As A Solicitation Or An Obligation On The Part Of The Us Government. all Interested Vendors Are Requested To Provide A Written Response Summarizing The Following Information: name Of Company, Address, Telephone Number, Email Address, Technical Point Of Contact, Cage Code And Business Size Information (please Specify As Either A Large Business, Foreign-owned Business, Small Business, Small Disadvantaged Business, 8(a) Concern, Woman-owned Small Business, Historically Underutilized Business Zone Concern, Veteran-owned Small Business, Or Service-disabled Small Business). a Description Of The Vendor’s Manufacturing Experience Of The M776 Cannon Tube Or Similar Products Within The Last Ten (10) Years To Include Past Performance. a Description Of The Vendor’s Existing 155mm Cannon Production Process To Include All Major Manufacturing Stages And The Operations/equipment Utilized For Each. a Description Of The Vendors Current Maximum Monthly Capacity To Produce 155mm Cannon Tubes. a Description Of The Vendors Capability And Projected Available Capacity To Produce 155mm Cannon Tubes No Later Than (nlt) 36 Months From The Date Of This Sources Sought. However, The Usg Has A Need For An Additional Cannon Source As Soon As Possible And Schedule Will Be A Factor Into The Overall Risk Rating. a Description Of The Facilities, Equipment, Machines And Tooling Required (if Any) To Increase The Available Capacity To Produce 155mm Cannon Tubes To 10 Tubes Per Month Nlt 36 Months From The Date Of This Sources Sought. Description Should Include Not-to-exceed Rom For All Required Purchases. a Detailed Description Of The Vendor’s Cannon Tube Source Material Grade, Vendor(s) And Processing (i.e. Steel Making, Forging/preforms, Guide Bore, Heat Treat…etc). a Detailed Description Of The Vendors Bore And Outside Diameter Cold Working Capabilities To Include Autofrettage. a Detailed Description Of The Vendor’s Turning Boring And Milling Capabilities Along With The Size Capacity Or Each (length, Weight, Outer/inner Diameters). a Detailed Description Of The Vendor’s Rifling Capabilities To Include A General Description Of The Rifling Configuration (i.e. Number Of Lands, Grooves & Twist). a Detailed Description Of The Vendor’s Bore Coating Capabilities. a Detailed Description Of The Vendor’s Od Protective Coating And Painting Capabilities. a Detailed Description Of The Vendor’s Proof Firing Process. all Companies Interested In This Notice Must Be Registered In System For Award Management (sam). this Market Survey Is For Informational And Planning Purposes And Shall Not Be Construed As A Request For Proposal (rfp). Technical Data May Be Provided Upon Request For Information Only. To Receive The Technical Data, Contractors Are Required To Submit A Signed And Completed Dd Form 2345-militarily Critical Technical Data Agreement; Amsta-ar Form 1350-technical Data Request Questionnaire; And Non-disclosure Agreement (nda). if The Technical Data For This Effort Is Provided, A Certificate Of Destruction Form Shall Be Completed And Submitted Byanycontractor In Receipt Of The Technical Data, Upon This Source Sought Notice Closing. all Information Is To Be Submitted At No Cost Or Obligation To The Government. If A Formal Solicitation Is Generated At A Later Date, A Solicitation Notice Will Be Published. Please Identify Any Proprietary Information Submitted. All Information Provided Will Not Be Returned And Will Be Held In Confidential Status. all Market Information Sought In This Notification Must Be Provided Within 30 Days Of This Notice By Electronic Mail Only At No Cost To The Government. The Points Of Contact For This Requirement Are Megan Ross Via Email Megan.j.ross.civ@army.mil And/or Peter Snedeker Peter.t.snedeker.civ@army.mil, Acc-nj (division: Ccnj-ic), Bldg.10, Picatinny Arsenal, Nj 07806-5000. All Inquiries Shall Be Made Via Email Only. Telephone Inquiries Will Not Be Accepted.
ARCHITECT OF THE CAPITOL USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date1 May 2025
Tender AmountRefer Documents
Description: A. The Multiple Award Construction Contract (macc) Is A Multiple Award, Competitive Indefinite-delivery Indefinite-quantity (idiq) Construction Acquisition Based On A General Statement Of Work Further Defined With Individual Task Orders. Work To Be Performed Under The Macc Include A Variety Of Projects Including, But Not Limited To, Maintenance, Repair, Alteration, Mechanical, Electrical, Heating/air Conditioning, Demolition, Painting, Paving, Earthwork And Historical Preservation/restoration Within The United States Capitol Complex And Outlying Sites. Outlying Sites Include Off-site Facilities In The District Of Columbia And In Virginia And Maryland Such As Climate Control Book Storage Facilities, Data Centers, Security Training Facilities, Child Care Centers And Mail Facilities. Work May Involve Design/build Projects As Well As New Construction Of Buildings Or Facilities To Include Some Or All The Above Elements Of Work. b. This Is A Full And Open, Competitive Acquisition. The Government Intends To Award Up To Five (5) Responsive, Responsible Offerors. c. Guaranteed Contract Minimum Is $1,000.00. The Total Aggregate Maximum Amount Expendable Under The Entire Macc Is $250,000,000. See 52.216-19 Order Limitations (oct 1995) For Individual Task Order Limits. d. This Rfp Is To Onboard Contractors To An Existing Macc Idiq, Which Is As Of 12/2/2024 In Option Year 3, Which Ends On 2/28/2025, Contractors Will Be Onboarded Within Option Year 4, There Are 7 Option Years Within The Existing Macc Idiq. e. Sections K, L And M Will Be Physically Removed From Any Resultant Award, But Will Be Deemed To Be Incorporated By Reference In The Award. f. Wage Determinations: All Davis Bacon Wage Rates Will Be Specific To Each Subsequent Task Order Under This Contract. see Section J Attachments For Details. amendment 01, 12/16/2024: the Purpose Of This Amendment Is To: 1. Incorporate Attachment 18 "pre-proposal Conference Attendees List" 2. Incorporate Attachment 19 "macc On-boarding Pre-proposal Conference Powerpoint" 3. Incorporate Attachment 20 "on-boarding Rfp Rfis And Answers"
DEPT OF THE ARMY USA Tender
Others
United States
Closing Soon7 Feb 2025
Tender AmountRefer Documents
Details: The Corps Of Engineers Omaha District Is Soliciting Comments From The Construction Community Addressing The Potential Use Of Project Labor Agreements (pla) For Large Scale Construction Projects (exceeding $35 Million) Within The United States Air Force Academy (colorado Springs), Colorado Area provide Your Responses Nlt 2pm, Central Time, 07 February 2025 To Scott.dwyer@usace.army.mil. Ensure Your Response Is Limited To 5 Pages And The Subject Line Of Your Response Includes “pla Survey – Renovate Sijan Hall Phase One” And The Pla Id Number: W9128f25sm010. Please Provide Your Contact Information In The Body Of The Email. a Pla Is Defined As A Pre-hire Collective Bargaining Agreement Between A Prime Contractor And One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s. C. 158(f). Federal Acquisition Regulation (far 22.503) Policy Provides That: (a) Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects. (b) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor, Or Certain Subcontractors, Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will (i) Advance The Federal Governments Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards And Other Matters; And (ii) Be Consistent With Law. Reference: Far 52.222-33 Notice Of Requirement For Project Labor Agreement; Far 52.222-34 Project Labor Agreement. request Responses To The Following Questions: (1) Do You Have Knowledge That A Pla Has Been Used In The Local Area On Projects Of This Kind? If So, Please Provide Supporting Documentation. (2) Are You Aware Of Skilled Labor Shortages In The Area For Those Crafts That Will Be Needed To Complete The Reference Project? If So, Please Elaborate And Provide Supporting Documentation Where Possible. (3) Are You Aware Of Time Sensitive Issues/scheduling Requirements That Would Affect The Rate At Which The Referenced Project Should Be Completed? If So, Please Elaborate And Provide Supporting Documentation Where Possible. (4) Identify Specific Reasons Why Or How You Believe A Pla Would Advance The Federal Government’s Interest In Achieving Economy And Efficiency In Federal Procurement. (5) Identify Specific Reasons Why You Do Not Believe A Pla Would Advance The Federal Government’s Interest In Achieving Economy And Efficiency In Federal Procurement. (6) Identify Any Additional Information You Believe Should Be Considered On The Use Of A Pla On The Referenced Project. (7) Identify Any Additional Information You Believe Should Be Considered On The Non-use Of A Pla On The Referenced Project. the Information Gathered In This Survey Should Include The Following Information On Projects Completed In The Last 2 – 5 Years: project Name And Location detailed Project Description initial Cost Estimate Vs. Actual Final Cost was The Project Completed On Time? number Of Craft Trades Present On The Project was A Pla Used? were There Any Challenges Experienced During The Project? project Description: this Upcoming Solicitation Will Be Executed Using A Design-bid-build (dbb) Project Delivery Method, Which Will Require The Contractor To Provide The Government With A Complete Facility And Warranty Based On The Request For Proposal (rfp). the Project Will Be Located At The United States Air Force Academy In Colorado Springs Colorado. The Project Will Include Various Types Of Horizontal And Vertical Scope, Including Architectural, Interior Design, Mechanical, Electrical, Exterior Envelope, Structure, Fire Protection, And Site Improvements. Sijan Hall (building 2348) Is The Second Of The Two Cadet Dormitory Buildings At The United States Air Force Academy, Located In Colorado Springs, Colorado, And Construction Was Completed In 1968. The Primary Function Of Sijan Hall Is A Dormitory For Cadets And Was Designed To House 2,520 Students In 1968; Currently There Are 1,926 Cadets That Occupy Sijan. several Other Ancillary Functions Are Also Housed In Sijan Hall. This Six-story Building Is Located On The South Side Of The Cadet Area. The Facility With Approximately 625,300 Square Feet Is Listed As A Part Of The Air Force Academy’s National Historic District. the Renovation Of Sijan Hall Will Be Broken Up Into Five (5) Stand-alone Phases, With Each Phase To Be Constructed Independently, To Accommodate The Relocation Of Displaced Cadets And Thus Allow The Remainder Of The Building To Be Open And Operational As Each Phase Is Being Renovated. No Disruptions To Functions Will Be Permitted To The Phases And Portions Of The Building That Are Not Being Renovated. The Focus Of This Pla Survey Is Limited To Phase 1 Which Includes The Renovation Of Approximately 135,000 Sf Of The Building Representing Phase 1. Phase 1 Will Be Solicited As A 100% Design And Will Include, But Not Be Limited To: Interior Renovations, Exterior Curtain Wall Replacement, Mechanical, Electrical, Plumbing, Fire Protection, Life Safety, Energy Management, Any Associated Exterior And Utility Work, And Communication Systems. Other Portions Of The Building Will Be Occupied During Performance Of Work Under Phase 1. Sijan Hall Currently Does Not Meet The Latest Usafa Design Standards, So The Design To Be Constructed Under Phase 1 Will Ensure That Items Replaced Or Upgraded Comply With The Current Usafa Design Standards. Most Of The Existing Building Systems Have Exceeded Their Useful Life And Will Be Removed And Replaced As Part Of This Project. Repairs To The Facility Are Required To Address Repetitive System Maintenance, Prevent Further Deterioration Of The Building’s Systems, Components, And Infrastructure, And Facilitate Future Maintenance Of All New Building Systems And Infrastructure. The Building’s Exterior Envelope And Systems Will Need To Be Modernized To Meet The Requirements Of Unified Facilities Criteria (ufc) 1-200-02, High Performance And Sustainable Building Requirements. phase 1 Renovation Will Address Interior Renovations, New Architectural Finishes And Interior Upgrades, Interior Work Brought Down To The Structure And Rebuilt Per Usafa Standards, The Removal And Abatement Of Asbestos Containing Materials And Lead Based Paint. Phase 1 Will Also Include Removal And Replacement Of All Exterior Curtain Wall Systems Within The Boundary Of Phase 1, And Will Provide All Mechanical, Electrical, Plumbing, And Fire Protection Work Back To The Mechanical Room(s) That Serve The Areas Within Phase 1. Phase 1 Will Also Involve Installing Building Systems To Include Mechanical, Plumbing, Low Voltage, Electrical And Communication Systems; For Example, Isolation Valves And Bypass Capability On The High Temperature Hot Water (hthw) System So Each Mechanical And Plumbing Zone Will Be Independently Isolated. In Addition, Phase 1 Will Include The Replacement Of Three (3) Substations. A Ground Source Heat Pump System Will Be Used For All Phases Of The Sijan Hall Renovation, With Phase 1 Providing The Entire Well Field, Including 160 6” Wells Drilled To Approx. 400+’. This Well Field Will Be Located South Of Sijan Hall And Placed In The Sloped Hillside North Of The Cadet Parking Lot. The Roof Of Sijan Hall Has Been Completely Replaced And Therefore Is Excluded From The Scope Of Work; However, Isolated Repairs May Be Required For Roof Penetrations Associated With Phase 1 Work. the Overall Intent Of This Project Is To Bring The Facility Up To Code. Where Non-code Compliant Building Construction, Components, And Features Are Identified By The Life Safety And Building Code Analysis, They Will Be Corrected As Part Of The Project Construction. As Part Of The Life Safety And Building Code Analysis, The Construction Type Of The Facility Shall Be Identified. The Current Construction Type Will Comply With The International Building Code (ibc) 2018 And Applicable Ufc, Nfpa And Ada. Sijan Hall Will Be Used Primarily As A Dormitory And Will Be Classified As A Residential Group R-2. The Building Will Also Consist Of Small Accessory Assembly And Office Spaces (i.e., Individual Offices And Barber Shop). These Assembly And Office Spaces Will Be Individually Classified Per Sections 302.1 And 508.2 Of The Ibc. All Current Codes, Ufc’s And Usafa Standards Will Be Incorporated Into The Final Product. The Existing Facility Does Not Comply With Ufc 3-600-01, Fire Protection Engineering For Facilities, But Shall Be Brought To Compliance With This Ufc As Part Of This Project. This Ufc Requires Complete Sprinkler Protection Regardless Of Floor Area Or Construction Type. Also, Temporary Fire Rated Barriers Will Be Necessary To Protect Occupied Spaces From Construction Areas. dfars 236.204, Disclosure Of The Magnitude Of Construction Projects: The Estimated Construction Cost Of This Project Is Between $100,000,000 And $250,000,000. the Estimated Period Of Performance Is 730 Calendar Days. Construction Award Is Anticipated In The First Quarter Of Fiscal Year 2026. contractors Responding To This Market Survey Must Submit Their Responses Via E-mail To Scott Dwyer At Scott.dwyer@usace.army.mil No Later Than 2:00 Pm (cst), Friday, 07 February 2025.
4311-4320 of 4859 active Tenders