Survey Tenders

Survey Tenders

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Details: Sources Sought: W9128f25sm009 general. This Is A Sources Sought Notification For Informational/market Research Purposes Only. This Is Not A Request For Proposal, Quotation Or Bid, Nor A Synopsis Of A Proposed Contract Action Under Far Subpart 5.2. notice Details. The U.s. Army Corps Of Engineers (usace), Northwestern Division, Omaha District (cenwo) Has Been Tasked To Identify Interest In A Design-build Contract For Construction Services As Defined Below In Support Of Cenwo’s Design And Construction Effort At The Fort Harrison Veteran’s Affairs Medical Center (vamc), Ft Harrison, Mt. Responses To This Sources Sought Announcement Will Be Used By The Government To Determine The Appropriate Level Of Small Business Participation And To Develop The Acquisition Strategy. The North American Industrial Classification Code (naics) For This Requirement Is: 236220, “commercial And Institutional Building Construction”. The Related Size Standard Is: $45m. the Purpose Of This Sources Sought Notice Is To Gather Information On The Interest, Capabilities, And Qualifications Of Small And Large Businesses In The Industry, Alongside Collecting Data On The Recent History Of Construction Projects Within The Local Labor Market. This Notice Supersedes All Previous Requests For Cenwo’s Design And Construction Efforts At Fort Harrison. This Effort Targets: small Businesses (sb small Disadvantaged Businesses, Including 8(a) Firms historically Underutilized Business Zones (hubzone) economically Disadvantaged Women-owned Small Businesses (edwosb) service-disabled Veteran-owned Small Businesses (sdvosb) other Than Small Businesses (otsb) all Potentially Interested Parties Are Strongly Encouraged To Submit Responses. project Scope. Cenwo Intends To Procure Design-build Services For The Construction Of A New Central Utility Plant (cup) At The Fort Harrison, Mt Veterans Affairs Medical Center (vamc), Enhancing Campus Utility Services. This Initiative Represents A Significant Upgrade To The Vamc's Infrastructure, Promising Improved Efficiency, Reliability, And Sustainability Of Utility Services Across The Campus. current Status: Design And Planning Activities Are In Progress To Refine The Design-build Request For Proposal (rfp). new Construction: The Project Involves Building A New Cup With An Approximate Gross Square Footage (gsf) Of 15,300, Located North Of The Main Hospital Building. utility System: Establishment Of A Comprehensive Utilities Distribution System. demolition And Modifications: demolition Or Modification Of Existing Campus Heating, Hot Water, And Chilled Water Systems. demolition Of The Old Boiler Plant And Associated Backup Generator Buildings To Clear Space For New Developments. project Magnitude: The Construction Cost Is Projected To Range Between $25,000,000 And $100,000,000. timeline: The Estimated Duration From The Notice To Proceed (ntp) For Construction Is 1,277 Calendar Days. general Site Conditions: This Site Offers Both Challenges And Opportunities For Development, Given Its Proximity To Key Campus Facilities, Existing Infrastructure, And The Natural Slope Of The Land Which Must Be Considered For Effective Water Management And Site Planning. location: The Site Is Positioned Near The Property Line Abutting The National Guard Installation To The North, With The Existing B170 Warehouse Building To The West, And An Anticipated Parking Garage And Outpatient Mental Health Facility (to Be Constructed By Others) To The East. land Use: The Site Partially Overlaps With An Existing Parking Lot And Extends Into Undeveloped, Naturally Vegetated Land. topography: The Terrain Slopes From West To East, With Surface Water Runoff Characterized Predominantly By Sheet Flow; There Are No Significant Concentrated Flow Paths Within The Project Area. storage And Temporary Structures: The Area May Occasionally Host Shipping Containers, Either On Or Near The Site, Influencing Site Planning And Access Considerations. drainage And Roadways: Most Of The Campus Features Open-section Roadways Without Curbs Or Gutters, Except Around The Main Hospital Where Traditional Curb And Gutter Systems Are In Place. utilities: existing Infrastructure: The Site Is Crossed By Several Utility Services Including Sanitary Sewer, Signal/telecom, And Water Lines, Which Could Support Further Development. lighting: There Are Light Poles Along The Parking Lot's Perimeter, Potentially Affecting Lighting Design For New Constructions. landscaping: While The Hospital Area Is Characterized By Irrigated Turfgrass, This Feature Does Not Extend To The Project Site, Maintaining A More Natural Landscape. central Utility Plant: The Building's Design For The (cup Shall Focus On: accessibility: The Structural Engineering Of The Cup Emphasizes Accessibility, Providing Easy Access For Maintenance Of Overhead Piping And Duct Systems, And Accommodating Future Equipment Installations Or Removals. dimensions: The Structure Is Assumed To Be Approximately 30 Feet In Height And 15,300 Gross Square Feet In Area. construction Materials: Utilizes Load-bearing Concrete Masonry Unit (cmu) Walls, Finished With An Exterior Face Brick That Aligns With The Campus's Architectural Style. rain-screen System: Employed Across All Exterior Walls To Effectively Control Moisture: components: Includes An Outer Brick Veneer, An Intermediate Air Space For Drainage, Rigid Insulation For Thermal Resistance, And A Vapor Barrier Directly On The Cmu To Prevent Moisture Ingress. composite Metal Panels: Strategically Placed To Offer Visual Distinction Or Meet Specific Functional Requirements, These Panels Also Incorporate A Rain-screen System For Moisture Management. aesthetic And Functional Integration: The Building's Design Shall Not Only Blend With The Existing Campus Architecture But Also Support Operational Efficiency. durability And Maintenance: The Use Of Modern Construction Techniques And Materials Ensures The Structure's Longevity And Ease Of Maintenance, Adhering To Contemporary Standards For Energy Efficiency And Building Performance. utilities Distribution System: The Distribution System For The New Cup Shall Be Engineered To Integrate With Both The Future Hospital Complex And The Existing Steam And Chilled Water Systems. The Main Connection From The Cup To The Main Hospital (building 154) Will Occur Via The Primary Utilidor, Terminating At Mechanical Room B100 In The Building's Basement. From Here, Utility Piping Will Connect To Final Equipment Points Either Through Secondary Utilidors, The Crawl Space Beneath Building 154, Or By Routing Through Other Existing Buildings. The Bulk Oxygen Tank And Distribution System Must Also Be Relocated From Its Current Location On Patriot’s Way, To A New Slab Located Near Building 170 (warehouse), And New Connections To And Through The Primary Utilidor Must Be Made To Building 154. This System Is Primarily Routed Through New Underground Utility Corridors, Approximately 8 Feet By 8 Feet, And Extends Into Existing Structures To Serve The Heating, Cooling, And Domestic Hot Water Requirements Of Several Buildings: building 141, Including The Hydronic Plant building 154 building 154a building 169 future Building 173 in Addition To The Main Utility Conduits For Steam, Steam Condensate, And Chilled Water, The Utilidors Will Be Equipped With: lighting: To Ensure Safe Working Conditions. ventilation: To Maintain Air Quality Within The Corridors. drainage: As Mandated By Building Codes To Handle Potential Leaks Or Moisture. the Design Of The Utilidors Will Prioritize Safety, Providing Adequate Space For Maintenance And Operations Personnel. building System Connection And Demolition: This Approach Ensures That The New Utility Systems Are Effectively Integrated While Maintaining Or Improving The Operational Capabilities Of The Existing Infrastructure. steam Utility Connections: New Steam Utilities From The Cup Will Be Integrated With The Existing Steam Systems Within The Buildings, Ensuring A Seamless Transition. hydronic System Upgrade: building 141: The Current Hydronic Heating Boilers Will Be Replaced By Shell And Tube Heat Exchangers. This Upgrade Will Convert Steam Into Heating Hot Water, Preserving The Functionality Of The Existing Hydronic Hot Water Distribution System. chilled Water System Integration: utility Linkage: New Chilled Water Utilities From The Cup Will Connect To The Existing Chilled Water Systems Across The Campus. connections: The New Chilled Water Connections To Each Existing Chilled Water Distribution System Requires A Transition From The New Chilled Water Only System To The Existing Glycol-based System. backup Preservation: The Existing Chillers And Distribution Systems Will Be Kept Operational As A Backup Measure. control Systems For Chilled Water: operational Flexibility: Each Connection Point In The Chilled Water Systems Will Feature: flow Metering: To Accurately Measure Water Flow. temperature Monitoring: For Precise Control Of Cooling Capacity. motorized Valving: Enabling The Selection Between Using The Cup's Chilled Water Or Operating Individual Building Chillers, Enhancing System Flexibility And Efficiency. building 141 (existing Hydronic Plant): current Equipment: The Facility Currently Houses Two Superior Fire Tube Hot Water Boilers From 2010, Each With A Maximum Allowable Working Pressure (mawp) Of 60 Psig, Rated At 200 Boiler Horsepower (bhp) Or 6,700,000 Btu/h (mbh), And Two Patterson Kelly Hot Water Boilers From 2015, Boasting An Mawp Of 160 Psig, Rated At Approximately 60 Bhp Or 2,000,000 Btu/h (mbh). upgrade Plan: These Boilers Will Be Substituted With Shell And Tube Heat Exchangers, Supported By The New Central Utility Plant (cup). The Old Equipment Will Be Salvaged, With The Value Recaptured In The Project Cost. building 169 Extension: The Hydronic Heating Boilers And Domestic Water Heaters In Building 169 Will Also Transition To Shell And Tube Heat Exchangers, While Preserving The Existing Heating Hot Water And Domestic Hot Water Distribution Systems. building 169 (residential Rehabilitation): boiler Replacement: This Building Features Three Unitary Boilers, All Slated For Replacement By Heat Exchangers Connected To The New Cup. The Old Equipment Will Be Salvaged Off-site With Value Recaptured In The Project Cost. Service Must Be Maintained To The Existing Distribution System During The Transition, With Only Limited Disruptions During Cutover. building 171 (operational Boiler Plant): operational Continuity: Must Remain Active Until The Requirements For Commissioning And Stable Operation Of The New Cup Are Complete.. current Setup: Equipped With Three Low-pressure Superior Fire Tube Steam Boilers From 2012 (30 Psig Mawp, 8,625 Lb/hr Steam Capacity) And Two High-pressure Counterparts (150 Psig Mawp, 5,175 Lb/hr Steam Capacity). post-cup Operation: Building 171 Will Be Gutted And Maintained In An Environmentally Controlled State Following The Transition. This Equipment Is To Be Disposed Of Off-site And Salvaged With Value Recaptured In The Project Cost. The New Cup Is To Be Operational For A Full Warranty Period Prior To Decommissioning This Plant. Continuity Of Operations Is Required During The Transition To The New Cup. Provisions For Temporary Plant Operations Must Be Provided That Meet This Requirement During Transition. tank Removal: The Existing Approximately 10,000-gallon Underground Storage Tank Must Be Removed In Adherence To Montana Department Of Environmental Quality Standards, Followed By Site Restoration. service Access Road. Design And Build An Access Road Loop By Extending Devil’s Brigade Way Around The North End Of Campus To Allow For Service Access To B170 Once The Existing Devil’s Brigade Paralleling Patriot’s Way Is Closed For Construction. communications With Industry. cenwo Scheduled Teleconference For Project Information: date And Time: The Teleconference Is Scheduled For Thursday, 23 January 2025, At 1400 Cst. objective: This Session Will Provide Additional Project Details And Offer An Opportunity For Interested Parties To Ask Questions. Please Be Aware That The Information Shared During This Teleconference Is Provisional And Subject To Updates As The Project Progresses. how To Join: contact: To Obtain The Teleconference Access Information And Any Accompanying Exhibits, Please Reach Out To Adam Beaver, The Contract Specialist, Via Email At: Adam.l.beaver@usace.army.mil (mailto:adam.l.beaver@usace.army.mil). email Content: subject: Sources Sought W9128f25sm009 - Design-build Central Utility Plant (cup) At Ft. Harrison, Mt Vamc – Teleconference Info Request body: firm Details: Include Your Firm's Name And Cage (commercial And Government Entity) Code. participants: List The Names Of All Individuals From Your Firm Who Will Be Participating In The Teleconference. dial-ins: Specify The Expected Number Of Dial-ins From Your Organization. input For Acquisition Strategy: Provide Any Questions, Recommendations, Or Concerns That Could Impact The Acquisition Strategy For This Project. acquisition Input: This Is Your Opportunity To Influence The Project's Direction By Addressing Potential Issues Or Suggesting Improvements At An Early Stage. We Encourage All Interested Parties To Participate To Gain A Deeper Understanding Of The Project Scope And To Clarify Any Queries. project Labor Agreement Survey. As Part Of This Notice, Cenwo Is Also Soliciting Input From The Construction Community Regarding The Potential Application Of Project Labor Agreements (plas) For This Construction Project At The Veterans Administration Medical Center In Fort Harrison, Mt. A Pla Is Described As A Pre-hire Collective Bargaining Agreement Between A Prime Contractor And Labor Organizations, Setting Employment Terms For A Specific Construction Project Under 29 U.s.c. 158(f). 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. federal Acquisition Regulation (far 22.503) Policy: Plas Are Recognized As Tools To Promote Economy And Efficiency In Federal Procurement. Per Executive Order 13502, Agencies Are Encouraged To Consider Mandating Plas For Large-scale Construction Projects To Enhance Project Management And Outcomes. An Agency May Mandate That Contractors And Subcontractors On The Project Negotiate Or Become Party To A Pla With Labor Organizations If It Is Deemed That Such Agreements Will: 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 be Consistent With Law. Reference: Far 52.222-33 Notice Of Requirement For Project Labor Agreement; Far 52.222-34 Project Labor Agreement please Provide Your Feedback On The Following: do You Have Knowledge Of Plas Being Used On Similar Local Projects? If So, Please Provide Supporting Documentation. are There Known Skilled Labor Shortages For The Crafts Required For This Project In The Area? Elaborate And Provide Documentation If Possible. are There Any Time-sensitive Constraints Or Scheduling Concerns That Could Impact The Project Timeline? Elaborate And Provide Documentation If Possible. specify Reasons How A Pla Might Advance The Federal Government's Interest In Economy And Efficiency In Procurement. specify Reasons Why You Believe A Pla Might Not Advance The Federal Government's Interest In Economy And Efficiency In Procurement. additional Information You Believe Should Be Considered On The Use Of A Pla On This Project. additional Information You Believe Should Be Considered On The Non-use Of A Pla On This 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? submission Instructions. Formal Responses To This Sources Sought Notice Must Be Submitted Electronically (via Email) With: subject: “sources Sought W9128f25sm009 –design-build Central Utility Plant At The Ft. Harrison Va Contract”. please Email To Adam.l.beaver@usace.army.mil And Jeffrey.w.wyant@usacea.army.mil. Responses Must Be Received By 1400 On 13 January 2025, To Be Considered. Responses To This Sources Sought Shall Be Limited To Fifteen (15) Pages And Include The Following Information: firm's Name, Address, Point Of Contact, Phone Number, E-mail Address, Cage And Uei Number. firm's Business Category And Size To Include Any Official Teaming Arrangements As A Partnership Or Joint Venture. The Categories Include Large Business (include Summary Of Small Business Participation Metrics), Small Business, Small Disadvantaged Business, 8(a) Firm, Historically Underutilized Business Zones (hubzone), Economically Disadvantaged Women-owned Small Business (edwosb), Women-owned Small Business (wosb), And Service-disabled Veteran-owned Small Business (sdvosb). provide A Maximum Of Three D-b Project Examples, Similar In Size, Scope And Complexity To The Work Described In This Notice. Provide Details Of The Project(s) Including The Scope, Contract Number If Available, The Project’s Final Price, Start And End Dates Of The Construction Work, Complexity Of The Job, And Small Business Participation, If Applicable. Additionally, Identify Whether You Were The Prime Or A Subcontractor On The Project. Finally, Please Provide Any Project References Including Owner With Phone Number And Email Address. This Ensures Clarity And Brevity In The Analysis Process. The Government May Verify Information In Cpars Or Ppirs. provide Information On Your Bonding Capability. Specifically Identify Capacity Of Performance And Payment Bonds, Both Single And Aggregate. in Addition To The Submission For The Sources Sought Above, The Responses To The Project Labor Agreement Survey Shall Be Limited To Five (5) Pages, And Include The Following Information: responses To Project Labor Agreement Survey, 2., Items1. Through 7. substantiating Project Information As Outlined In Project Labor Agreement Survey, 3., Items1. Through 7. disclaimer And Important Notes. responses Will Be Shared With Government Personnel With A Need-to-know Basis, But Otherwise Will Be Held In Strict Confidence. this Notice Does Not Obligate The Government To Award A Contract. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Sources Sought Or Any Follow Up Information. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or To Provide Feedback To Respondents With Respect To Any Information Submitted. all Interested Firms Must Be Registered In The System For Award Management (sam) At Https://www.sam.gov And Remain Current For The Duration Of The Source Selection Process To Be Eligible For Award Of A Government Contract. cenwo Intends To Synopsize A Requirement For Design-build Construction Services In Support Of The Cup Project At The Ft Harrison, Mt Vamc. A Fully Developed Request For Proposal Is Currently Anticipated To Be Issued During The Spring/summer Of 2025.
Closing Date13 Jan 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Energy, Oil and Gas
United States
Details: The Defense Logistics Agency (dla) - Richmond Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For An Fairing, Fuel Tank. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 336413. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Emails Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. [note: In Accordance With Far 10.001(b), Agencies Should Not Request Potential Sources To Submit More Than The Minimum Information Necessary.] the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements; 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By 3:00 Pm, Est., January 6, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Melinda.johnson@dla.mil. if You Have Any Questions Concerning This Opportunity, Please Contact: Melinda Johnson At Melinda.johnson@dla.mil. this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. purpose And Objectives potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s). Generally, This Entails The Procurement/manufacture Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Unit Prices Will Be Established At The Time Of A Contract Award. the Specific Requirement For This Effort Is Below: part Number: 65205-08025-041 nomenclature: Fairing, Fuel Tank nsn: 1560-008904160 estimated Requirement: 190 Each
Closing Date6 Jan 2025
Tender AmountRefer Documents 

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: General Services Administration (gsa) Seeks To Lease The Following Space: state: tx city: grand Prairie delineated Area: north: Texas 183 South east: Texas 161 South south: E Abram Street west: Texas 360 minimum Sq. Ft. (aboa): 12,769 maximum Sq. Ft. (aboa): 13,269 space Type: office parking Spaces (total): 20 parking Spaces (secured Surface): 3 parking Spaces (secured Surface Or Structured): 17 full Term: 17 Years firm Term: 15 Years additional Requirements: parking Required To Be Located Within 500 Walkable Feet To An Entrance To The Building offered Space Shall Not Be Part Of A Retail Shopping Center offered Space Shall Not Be Located Within 250 Feet Of A Residential Area, Hotel, School, Religious Center, Shopping Mall, Or Areas Where People Congregate As Determined By The Lease Contracting Officer explosives Safe Will Be Required On-site safe Can Be Located Outside (covered), In A Parking Structure, Basement, Or Inside The Leased Space antenna Will Be Required To Be Located On Building (roof Access And Dedicated Space Required) mat Room (500 Aboa Sf) Will Require 10’ Ceiling the Following Space Configurations Will Not Be Considered: Extremely Long Or Narrow Runs Of Space, Irregularly Shaped Space Configurations, Or Other Unusual Building Features Adversely Affecting Usage. the Space Will Be Occupied By A Law Enforcement Agency. other Typical And Special Requirements As Called For In The Request For Lease Proposals (rlp) Package offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year”” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. please Provide The Following Basic Information And Descriptions Pertaining To The Building You Propose For Consideration. all Submissions Should Include The Following Information: (1) Name Of Owner; (2) Age Of Building; (3) Total Existing Gross Square Feet, And Gross Square Feet Per Floor; (4) Site Plan Depicting The Building And Parking; (5) Floor Plan And Gross Square Footage Of Proposed Space; (6) Identification Of On-site Parking; (7) Address Or Described Location Of Building; (8) Location On Map Demonstrating The Building Lies Within The Delineated Area; (9) A Narrative And Map Describing Proximity Of The Building To The Nearest Bus And/or Train Stop; (10) Evidence Of Ownership, If Building Submitted By Owner. Non-owners (e.g.brokers) Must Provide Evidence Of Authority Granted By Property Owner To Submit The Property; (11) Any Information Related To Title Issues, Easements, Or Restrictions On The Use Of The Building; And (12) Provide Expected Rental Rate Per Rentable Square Foot. expressions Of Interest Due: 1/25/25, 5:00pm Ct market Survey (estimated): tbd occupancy (estimated): may 2026 send Expressions Of Interest To: name/title: edward “teddy” Seifert address: 2445 M Street Nw, Suite 510 Washington, Dc 20037 phone: 315-825-1875 email Address: edward.seifert@gsa.gov government Contact Information lease Contracting Officer michael Noye leasing Specialist aaron Laboon broker teddy Seifert
Closing Date27 Jan 2025
Tender AmountRefer Documents 

Department Of Agriculture Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description The Department Of Agriculture-rfo 3, Invites Interested Suppliers To Submit Quotations/proposals For The Hereunder Requirement, To Wit: Item No. Qty. Unit Items & Description Unit Price Total Amount Brand/ Model Supply Of Labor And Materials For The Construction Of Multi-crop Drying Pavement At Brgy. Bitas, Arayat, Pampanga Physical Target: 420 Sq.m. Project Duration: 45 Calendar Days, Inclusive Of 9 Unworkable Days Scope Of Work Part I Other General Requirements 1.00 Ls B.9 Mobilization And Demobilization 1.00 Ls B.4(1) Construction Survey And Staking 1.00 Ls B.7(2) Occupational Safety And Health 1.00 Ea B.5 Project Billboard Part 1i Multi-crop Drying Pavement Fca Counterpart 100(1) Clearing And Grubbing Fca Counterpart 102 Surplus Excavation 5.16 Cu.m. 103(1)a Structure Excavation (common Soil) Fca Counterpart 104 Embankment 420.00 Sq.m. 105(1)a Subgrade Preparation (common Material) 22.31 Cu.m. 300 (1) Gravel Surface Course 966.83 Kg 404 (1)a Reinforcing Steel Deformed (grade 40) 46.11 Cu.m. 405 (1) Structural Concrete For Footing And Slab On Fill W/o Forms Part Iii Project Monument 0.40 Cu.m. 103(1)a Structure Excavation (common Soil) 1.00 Ea B.4(8) Project Marker (plate) 3.89 Sq.m. 1027(1) Cement Plaster Finish 6.59 Sq.m. 1032(1)a Painting Works (masonry Painting) 6.60 Sq.m. 1046(a1) 100 Mm Chb Non Load Bearing (including Reinforcing Steel) Technical Personnel 1 Project Engineer 1 Material Engineer 1 Safety Officer 1 Foreman Non Technical Personnel 4 Skilled Laborer 9 Unskilled Laborer Heavy Equipment Needed 1 Leased Hauling Truck Light Equipment Needed 1 Owned/leased Bagger Mixer 1 Owned/leased Bar Cutter 1 Owned/leased Bar Bender 1 Owned/leased Plate Compactor ** For Cy 2025 Postharvest Facilities Of Corn Program For Drying Of Corn Kernels And Cassava Granules To Minimize Postharvest Losses And Maintain Its High Quality Grand Total Bid Amount In Words Approved Budget For The Contract (abc) Five Hundred Thousand Pesos (php500,000.00) Interested Suppliers May Download And Examine The Attached Request For Quotation Form By Clicking The Figure Opposite The Associated Components On This Page. The Department Of Agriculture-rfo 3 Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Quotation. Note: Interested Suppliers Must Download The Attached Document. Here’s The Procedure On How To Download The Attached Document. 1. To Order The Associated Component Of This Bid Notice, Please Click The “order” Link. 2. Upon Clicking The Order Link, The Order Basket Page Will Be Displayed. To Proceed The Ordering Of The Document In The Order Basket Page, Click The “continue” Button. 3. The System Will Display The Order Confirmation Page. To Confirm The Order, Click The “submit” Button. 4. The Order Summary Page Will Be Displayed. To View Or Download The Associated Documents, Click The Document Hyperlink Under The Item Column. 5. To Return To The Bid Notice Abstract Page, Click The “done” Button.
Closing Date6 Feb 2025
Tender AmountPHP 500 K (USD 8.5 K)

MUNICIPALITY OF VALENCIA Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description 1. The Municipality Of Valencia, Through The 20% Df – Cy 2025 Intends To Apply The Sum Of Eight Hundred Sixteen Thousand Two Hundred Twenty-two Pesos And 79/100 Only (₱ 816,222.79) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Brgy. Balayagmanok Road At Purok 1 With Pow No.25-01-0002. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Scope Of Work: Amount: 1. General Requirements 1.1 Temporary Facilities 12,705.00 1.2 Project Billboard/signboard 6,342.82 1.3 Occupational Safety And Health Program 12,705.00 1.4 Mobilization And Demobilization 10,500.00 1.5 Construction Survey & Staking 16,781.10 2. Earth Works 2.1 Clearing And Grubbing (with Stripping) 44,817.07 2.2 Subgrade Preparation 53,307.54 2.3 Aggregate Subbase Course 197,161.28 2.4 Portland Cement Concrete Pavement 461,902.98 (unreinforced) 0.15 M. Thick Total Contract Cost: ₱ 816,222.79 2. The Municipality Of Valencia Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Forty-five (45) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Municipality Of Valencia, Bids And Awards Committee And Inspect The Bidding Documents At The Address Given Below From Monday-friday 8:00am-5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20,2025 From Given Address And Website/s Below In The Amount Of One Thousand Pesos Only (1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Municipality Of Valencia Will Hold A Pre-bid Conference On January 28, 2025 At Bac Office At 2:00 Pm, If Applicable And/or Through Videoconferencing/webcasting Via Zoom Or Messenger, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before February 12, 2025 At 2:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 12, 2025 At 2:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Valencia Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Date12 Feb 2025
Tender AmountPHP 816.2 K (USD 14 K)

Sveriges Geologiska Unders Kning Tender

Others...+2Other Consultancy Services, Consultancy Services
Sweden
Details: The Geological Survey of Sweden, SGU, intends to procure a system for the management of instruments and pressure and level data as well as groundwater level...
Closing Date13 Feb 2025
Tender AmountNA 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Construction Material
Corrigendum : Closing Date Modified
United States
Description: Sources Sought automated Mat Casting At Richardson Landing, Tn introduction: This Is A Sources Sought Announcement; A Market Survey For Information Only, To Be Used For Planning Purposes. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Announcement. the Government Is Seeking Qualified, Experienced Sources Capable Of Executing A Design Build Contract To Develop An Automated Casting Plant At Richardson Landing To Mass Produce Articulated Concrete Mattress (acm) Squares To Government Specifications Within Specific Tolerances. Squares Cast Will Be Stored On The Current Casting Field And Have Must Have A Compressive Design Strength Of 3,000 Psi At 28 Days. background: Annually, The United States Army Corps Of Engineers (usace) Mississippi Valley Division Casts Approximately 150,000 Squares Of Acm At 3 Government Furnished Locations (see Figure 1). The Acm Is Used As Revetment To Maintain Channel Stability For The Lower Mississippi River. Casting Acm Has Historically Been Provided Via Manual Labor And Cast Outdoors As Weather Permits. articulated Concrete Mattress – Current Process: an Articulated Concrete Mattress Square Consists Of 16 Individual Concrete Blocks (4 Feet X 18 Inches X 3 Inches Thick). They Are Currently Cast In Government Furnished Forms Upon A Proprietary Wire Mesh To Form An Articulated Concrete Mattress Square (4 Feet X 25 Feet X 3 Inches) That Is Used As An Assembly System For Interconnecting The 16 Concrete Blocks. A Mix Design Is Used To Acquire 3,000 Psi On A 28-day Cylinder Break. squares Of Mattress Are Cast In Stacks Of 13 That Are Neatly Aligned Vertically And By Rows (see Figure 2). One Layer Of Specified Paper Is Placed As A Separation Beneath The Bottom Square Of Each Stack And Between Each Successive Layer Of Mattress. The Current Process Requires The Wire Mesh To Be Placed On The Paper With The Cross Wires (bracket Wires) On Top Of The Longitudinal Wires. The Forms Are Then Placed Over The Wire Mesh, The Wire Mesh Drawn Up Into The Notches In The Sides And Cross Pieces Of The Forms, And Cross Rods Driven. The Central Location Of The Wire Mesh In The Form Is Very Important. Also, The Mat Surface Is Consequently Grooved To Provide Indentations Of Approximately 1/4 Inch In Depth And 1/8-inch Width. the Process Includes The Concrete Compacted To The Depth Of A Government Furnished Form By The Use Of Vibration. The Concrete Is Properly Consolidated With No Rock Pockets, Excessive Voids Or Honeycombs Visible On The Mat Surface. The Concrete Is Struck Flush With The Top Of The Forms And Given A Uniform Surface Finish And Uniform Thickness. Any Squares Not Meeting Government Furnished Specifications Are Rejected. requirements: the Contractor Shall Design And Develop A Semi-automated Casting Facility On The Grounds Of The Exiting Government Casting Yard That Can Produce A Minimum Of 50,000 Squares Per Calendar Year Per Shift With The Maximum Capability Of 150,000 Squares Annually With 3 Shifts. The Main Goals Of This Project Include: year-round, Indoor Casting Capability With No Weather-related Quality Issues During Production scalable Based On Number Of Operating Shifts reduced Touchpoints Via Automation high Quality, Increased Production, Improved Efficiency And Consistency improved Safety skilled Labor And Reduced Work Force require Fewer Forms (improved Consistency) heat/steam Curing To Reduce Cement Usage, Decrease Co2, And Higher Strength In A Shorter Timeframe modern Batching System Will Be More Efficient And Provide A Constant Mix Design eliminate The Use Of Separation Paper Between Squares the New Automated Facility Will Cast Acm Using Coarse And Fine Aggregate, Portland Cement, Fly Ash, Air-entraining Admixtures, And Calcium Chloride To Produce Articulated Concrete Squares, To Government Specifications. Squares Of Mattress Shall Be Provided In Stacks Of Up To 14 That Are Neatly Aligned Vertically And Will Be Placed In The Storage Yard In Rows By The Operational Contractor Using Government Furnished High Lift Cranes. Squares Cast Will Be Identical With Minimal Tolerance And Have Compressive Design Strength Of 3,000 Psi At 28 Days. Quality Is The Utmost Importance. Steam Curing And Other Technologies For Concrete Preparation Will Be Included While The Overall Design And Specifications Of The Mattress Will Remain The Same. the Design Of The Automated Facility Will Be Part Of The Contract And Will Ensure That The Facility Design Has Been Adequately Coordinated Between All Disciplines. Specifically, The Capacity Of The Infrastructure Within The Facility Shall Be Designed To Meet The Demands Of The Equipment Within The Facility. The Design Will Be A Two-phase Design Build Project And Will Require The Contractor To Procure Automation Equipment That Meets All “buy American” Requirements And The Design Will Meet All Required Policies For A Dod Facility. Several Of The Main Required Policies Are Listed Below: department Of Defense (2019). Unified Facilities Criteria, Facilities Criteria And Unified Facilities Guide Specifications, Mil-std-3007g. department Of Defense (2024). Dod Building Code, Ufc 1-200-01. department Of The Army (1999). Engineering And Design For Civil Works Projects, Er 1110-2-1150. department Of The Army (2024). Safety And Occupational Health (soh) Requirements, Em 385-1-1. dod Design Criteria: Https://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc all Designs Shall Be In Accordance With All Local, State, And Federal Laws And Regulations. interested Firms Should Submit A Capabilities Package To Include The Following: The Prime Firm And/or Its Subcontractor(s) (hereinafter Referred To Collectively As “firm”) Shall Have Relevant Experience In Mass Production Of Casting Concrete Products. The Firm Shall Demonstrate Experience Using Pre-cast Concrete. This Experience Must Have Been Performed Within The Last Five Years. firm’s Response To This Synopsis Shall Be Limited To 10 Pages And Shall Include The Following Information: firm’s Name, Address, Point Of Contact, Phone Number And E-mail Address. firm’s Prior Experience In Pre-cast Concrete. firm’s Capability To Perform A Contract Of This Magnitude (> $20m) And Complexity. firm’s Business Size (small Business, Large Business, .etc.) And Bonding Capacity. firms Overall Approach To The Requirements Listed Above. the Firm’s Capability For Performing A Design Build Contract For The Entirety Of This Requirement (facility And Equipment). any Assumptions Or Constraints In The Overall Execution Plan. a Rough Order Of Magnitude (rom) Estimate For The Completed Project. interested Firm’s Shall Respond To This Sources Sought Announcement No Later Than 12:00pm Cst, 5 January 2025. All Interested Firms Must Be Registered In Sam. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Synopsis Or Any Follow Up Information Requests. Respondents Will Not Be Notified Of The Results Of The Evaluation.
Closing Date5 Jan 2025
Tender AmountRefer Documents 

Municipality Of Quezon, Nueva Vizcaya Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Item No. Description Quantity Unit Part A - Facilitie For The Engineers A.1.1 (6) Provision Of Combined Field Office, Laboratory And Living Quarters Building For The Engineers (rental Basis) 12.00 Month A.1.1 (11) Provision Of Furnitures/fixtures, Equipment & Appliances For The Field Office For The Engineer 1.00 Lump Sum A.1.2 (2) Provision Of 4x4 Pick Up Type Service Vehicle For The Engineer On Bare Rental Basis 12.00 Month Part B - Other General Requirments B.4 (10) Miscellaneous Survey And Staking 1.00 Lump Sum B.5 Project Billboard 2.00 Each B.7(2) Occupational Safety And Health Program 1.00 Lot B.9 Mobilization/demobilization 1.00 Lump Sum Part C - Earthworks 100(1) Clearing & Grubbing (with Stripping) 13,968.00 Sq.m. 101(3)b2 Removal Of Exisiting Concrete Pavement (0.20m Thk) 5,440.00 Sq.m. 102(2) Surplus Common Excavation 52,380.00 Cu.m. 102(3)a Surplus Rock Excavation (soft) 10,000.00 Cu.m. 102(3)b Surplus Rock Excavation (hard) - Blasting 2,227.00 Cu.m. 103(1)a Structure Excavation (common Soil) 1,110.00 Cu.m. 103(6)a Pipe Culvert And Drain Excavation 145.20 Cu.m. 104(1)a Embankment (from Excavation) 8,032.00 Cu.m. 105(1)a Subgrade Preparation 13,968.00 Sq.m. Part D - Subbase And Base Course 200 Aggregate Subbase Course 4,190.40 Cu.m. Part E - Surface Cources 300(1) Gravel Surface Course 698.40 Cu.m. 311(1)a.2 Pcc Pavement (plain)-conventional Method, 200mm Thk. 10,650.60 Sq.m. Part G - Drainage And Slope Protection Structures 500(1)b3 Reinforced Concrete Pipe Culverts, 910mm Dia. 80.00 Ln.m. 502(3)a3 Catch Basins 8.00 Ea. 506 Stone Masonry 2,405.00 Cu.m. Equipment Needed (minimum): 1 Unit Backhoe (0.80 Cu.m.) 4 Units Transit Mixer 1 Unit Concrete Screeder (5.5 Hp) 1 Unit Backhoe W/ Breaker (0.80 Cu.m.) 1 Unit Backhoe, Wheel Mounted (26 Cu.m.) 1 Unit Concrete Vibrator 1 Unit Bulldozer W/ Ripper, Dx175 1 Unit Water Truck (16000l) 1 Unit Plate Compactor (5 Hp) 1 Unit Bulldozer, Dx175 1 Unit Boom Truck 1 Unit Bar Bender, Three Phase 1 Unit Motorized Road Grader, G710a 1 Unit One Bagger Mixer 1 Unit Bar Cutter, Single Phase 1 Unit Vibratory Roller (10m.t.), Sd100dc 1 Unit Pneumatic Drilling Machine 1 Unit Payloder (1.5 Cu.m.), Lx80-2c 1 Unit Rtk W/ Complete Accessories 1 Unit Cargo Truck (9-10 Mt.) 1 Unit Air Compressor 3 Units Dump Truck (12 Cu.yd) 1 Unit Concrete Saw, 14''ø Blade
Closing Date13 Jan 2025
Tender AmountPHP 50 Million (USD 856 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions
United States
Details: The Department Of Veterans Affairs Network Contracting Office (nco) 19, Oklahoma Va Health Care System Is Issuing This Sources Sought Notice As A Means Of Conducting Market Research To Identify Parties Having An Interest In, And The Resources To Support This Requirement For Intellispace Hemo Xper Software/equipment Pm & Repair For The Oklahoma Va Health Care System Located At 921 Ne 13th St, Oklahoma City, Ok 73104. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 811210 Electronic And Precision Equipment Repair And Maintenance; Size Standard $34 Million. this Is A Request For Information And Sources Only, Which May Or May Not Lead To A Future Solicitation! This Is Not A Solicitation. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. Contractor Shall Provide All Labor, Parts, Supplies And Equipment Necessary To Perform Intellispace Hemo Xper Software/equipment Pm & Repair. Services Shall Include But Are Not Limited To The Following: equipment: The Following Systems Of Equipment Require Service Under This Contract. This Includes Sub-systems, Components, Software, Hardware, And Parts. equipment description brand & Model original Equipment Manufacturer (oem) serial Number va pmi Number cardiology Software intellispace Hemo Xper Software philips - - oem-trained Technicians To Perform Oem-standard Services On Equipment In This Pws. Services On The Equipment Include Maintenance Support, Corrective Maintenance Repair, 24x7 Emergency Phone Support, Provision Of Parts, And Service And Modification As Required Due To Safety Or Reliability. All Oem Software Updates Shall Be Included. performance And Repairs: All Work Performed Shall Be In Accordance With Manufacturer S Specifications To Keep The Equipment In Operating Condition. Contractor Must Guarantee 95% Up Time For The Equipment. preventive Maintenance: Contractor Shall Provide Periodic Preventive Maintenance Service On Equipment Within The Interval(s) Set By The Oem (ie, Annual, Semi-annual, Quarterly). software Updates: Contractor Shall Provide Any Software Updates, As They Become Available, For All Equipment, At No Additional Cost. All Software Changes Made Become The Property Of The Va. parts: All Parts Will Be O.e.m. Recommended Parts the Contract Shall Be Effective For A One-year Base Period, With Four (1) One-year Options, To Be Exercised At The Government S Discretion. based On The Responses To This Sources Sought Notice, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. Submission Instructions: If Your Organization Can Provide These Services And Is Interested In This Opportunity, Please Respond To Shanta Harrison, Contract Specialist, Department Of Veterans Affairs, Nco 19 Via E-mail At Shanta.harrison@va.gov With A Statement Describing Your Capabilities. The Capability Statement Shall Include A Point Of Contact, Complete Mailing Address, Telephone Number, Email Address, And State The Company S Business Size Status And Should Address This Specific Requirement, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. Please Be As Thorough As Possible In Your Submission, And Include Information On Any Multiple Award Schedule Contracts Your Company Hold. Requests For Copies Of A Solicitation Will Not Be Honored Or Acknowledged. The Deadline For Responses Is Tuesday, January 28, 2025 At 05:00 Pm Mountain Time.
Closing Date29 Jan 2025
Tender AmountRefer Documents 

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
United States
Details: Presolicitation Notice/advertisement Gsa Public Buildings Service U.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state:texas city:irving delineated Area: north: I-635 Loop; east: I-635 Loop; south: I-20; west: President George Bush Turnpike. sq. Ft. (aboa):56,280 space Type:office parking Spaces (total):171 parking Spaces (structured/secured):171 parking Spaces (reserved):171 full Term:17 Years firm Term:15 Years option Term:n/a additional Requirements: the Space Will Be Occupied By A Law Enforcement Agency. all Parking Spaces Shall Have The Ability To Be Gated/fenced-in. all Offered Spaces Are Subject To A Security Assessment. other Typical And Special Requirements As Called For In The Request For Lease Proposals (rlp) Package. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In Irving, Texas That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. expressions Of Interest Submission Instructions/requirements: please Provide The Following Basic Information And Descriptions Pertaining To Thebuilding You Propose For Consideration. all Submissions Should Include The Following Information: (1) Name Of Owner; (2) Age Of Building; (3) Total Existing Gross Square Feet, And Gross Square Feet Per Floor; (4) Site Plan Depicting The Building And Parking; (5) Floor Plan And Gross Square Footage Of Proposed Space; (6) Identification Of On-site Parking; (7) Address Or Described Location Of Building; (8) Location On Map Demonstrating The Building Lies Within The Delineated Area; (9) A Narrative And Map Describing Proximity Of The Building To The Nearest Busand/or Train Stop, And Major Transportation Routes; (10) Evidence Of Ownership, If Building Submitted By Owner. Non-owners (e.g.brokers) Must Provide Evidence Of Authority Granted By Property Owner To Submitthe Property; (11) Any Information Related To Title Issues, Easements, Or Restrictions On The Useof The Building; And (12) Provide Expected Rental Rate Per Rentable Square Foot. expressions Of Interest Due:february 5, 2025 market Survey (estimated):late February/early March 2025 occupancy (estimated):june 1, 2027 send Expressions Of Interest To: name/title:brad Seifert, Broker Contractor address:2445 M Street, Nw, Suite 510,washington, Dc 20037 office:(202) 652-4192 email Address:bradford.seifert@gsa.gov and To: name/title:hunter Powell, Broker Contractor address:2445 M Street, Nw, Suite 510,washington, Dc 20037 office:(202) 652-4192 email Address:hunter.powell@gsa.gov government Contact Information lease Contracting Officer:michael Noye project Manager:sandy Martinez broker:public Properties
Closing Date5 Feb 2025
Tender AmountRefer Documents 
5711-5720 of 6941 archived Tenders