Survey Tenders
Survey Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
Details: Synopsis: introduction: this Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Underground Parking Area Build-out Minor Design Project At The Dallas Va Medical Center Located At 4500 S Lancaster Rd, Dallas, Tx 75216. project Description:
the Dallas Va Medical Center Is Currently Working To Increase The Number Of Private Inpatient Bedrooms At The Facility. This Undertaking Will Greatly Benefit Our Community Of Veterans, But The Conversion Of Administrative And Facilities Space Into Inpatient Units In The Hospital S Bed Tower Requires Significant Displacement Of Services. This Project Will Create Additional Space To House The Services Displaced By The Creation Of New Inpatient Units. dallas Vamc Is Seeking A/e Design Services To Renovate And Build-out Approximately 12,433 Sf Of Unfinished Space In The Basement Of Building 2. This Space Was Previously Underground Parking But Is Now Used For Storage. This Space Shall Be Designed To Accommodate The Following Services: biomedical Engineering Service: Renovate Approximately 6,000 Gsf To Include But Not Limited To Administrative And Operations Area, Workstations, Engineering Control Center, Biomedical Engineering Repair Shop, Shop Support Area, Restrooms, And Storage. clinical Support Services: Renovate Approximately 6,433 Gsf For Multiple Administration Office Suites And Workstations, Storage Space, Employee Support Space, And Office Operations Space. procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Design Contract. The Anticipated Solicitation Will Be Issued Utilizing Far Part 36. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Late January 2025 To Early February 2025. The North American Industry Classification System (naics) Code 541330 Applies To This Procurement. In Accordance With Far 52.236-22 Design Within Funding Limits, The Construction Cost Limit For The Construction Contract Is Approximately $13,564,100. capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 541310. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. include A Narrative For Each Project That Relates The Submitted Project To The Subject Requirement In Terms Of Size, Scope, And Complexity. Describe Specific Technical Skills Your Company Possesses To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit An Electronic Response That Addresses The Above Information. Please Submit As A Pdf, Hard Copies Will Not Be Accepted.â please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier, Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responsesâ shall Be Submitted Via Email To Both The Primary Point Of Contact And The Secondary Point Of Contact Listed Below Byâ january 17th, 2024 At 10am Est.â no Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. primary Point Of Contact: kathryn Allison contract Specialist
kathryn.allison@va.gov secondary Point Of Contact: dean Flanders contracting Officer dean.flanders@va.gov
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 22.4 Million (USD 383.2 K)
Details: Description The National Irrigation Administration-sultan Kudarat Irrigation Management Office, Through The National Expenditure Program (nep) Fund Cy 2025 Intends To Apply The Sum Of Twenty-two Million Four Hundred Seven Thousand Nine Hundred Sixty-one Pesos And 66/100 (p22,407,961.66) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Lambayong Ris Cy 2025 (repair Nis) Package 1 (contract No. Nia12-infra-skimo-2025-02) Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. The National Irrigation Administration- Sultan Kudarat Irrigation Management Office Now Invites Bids For Remove And Replace Of Canal At Lateral D-4 (sta. 0+000-0+150, Sta. 0+610 - 0+650, Sta.1+273 - 1+280, Sta. 1+680 - 2+010, 2+075.50 - 2+359, Sta.2+575 -2+580, Sta.2+760 - 2+800, Sta. 2+995 -3+290, Sta. 3+305 - 3+660, Dsta.3+670 - 4+260, 4+680 - 4+740) L = 2,045.50 M And 5.0 Units Canal Structures. Completion Of The Works Is Required Three Hundred (300) 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. Instruction To Bidders. 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. Interested Bidders May Obtain Further Information From National Irrigation Administration-regional Office And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Weekdays. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 – February 4, 2025 From Given Address And Website/s Below And Upon Submission Of A Letter Of Intent And Duly Signed Certificate Of Site Inspection And Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos Only P 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person Or Through Electronic Means. The National Irrigation Administration- Sultan Kudarat Irrigation Management Office Will Hold A Pre-bid Conference1 On January 21, 2025 @ 9:00 Am At Nia Sultan Kudarat Irrigation Management Office, Conference Room, Kalawag Ii, Isulan, Sultan Kudarat. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Before February 4, 2025 @ 10:00 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On February 4, 2025 @ 10:15 Am At Nia Sultan Kudarat Irrigation Management Office, Conference Room, Kalawag Ii, Isulan, Sultan Kudarat. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Other Information: A. Contractor’s Size Range (minimum): Small B, License Category C&d Valid Pcab Categorization: Ge-2 (irrigation Or Flood Control) B. B. Key Personnel With Corresponding Work Experience: 1 - Project Manager Completed At Least One (1) Similar Project 1- Project Engineer Completed At Least One (1) Similar Project 1 - Office Engineer (civil Engineer) With At Least One (1) Year Experience 1 - Material Engineer Duly Accredited By Department Of Public Works And Highways 1 - Safety Officer 3 Duly Accredited By The Department Of Labor And Employment 1 - Surveyor Completed At Least One (1) Similar Project 1 - Construction Foreman Completed At Least One (1) Similar Project C. Minimum Equipment Requirement: 2 Units - 4-6 Cu.m Dumptruck 1 Unit - 8-10 Tons Cargo Truck 1 Unit - 0.80 Cu.m./139hp Bucket Capacity Backhoe, Crawler Type 1 Unit - 0.16 Cu.m. Bagger Mixer 1 Unit - 5 Hp Concrete Vibrator 1 Unit - 5 Hp Plate Compactor 2 Units - Bar Cutter 1 Unit - 4"ɸ Water Pump 2 Units - Slump Cone 6 Units - Concrete Cylindrical Moulds 1 Unit - Survey Instrument (auto Level) The National Irrigation Administration-sultan Kudarat Irrigation Management Office 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.
STATE, DEPARTMENT OF USA Tender
Others
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought/request For Information Notice For Information Only. This Sources Sought Is For The Purpose Of Conducting Market Research To Provide Data For Planning Purposes. This Sources Sought Synopsis Announcement Does Not Constitute A Formal Solicitation, And Is Not A Request For Proposal, Request For Quote, Invitation For Bid, Does Not Obligate The Government To Award A Contract, Issue A Solicitation, Reimburse Respondents For Any Proposal Preparation And/or Submittal Costs, Nor Does Its Issuance In Any Way Restrict The Government As To Its Ultimate Acquisition Approach. The Government Will Not Pay For Any Materials Provided In Response To This Notice And Submittals Will Not Be Returned To The Sender. the Global Peace Operations Initiative (gpoi) Is A U.s. Department Of State Security Assistance Program Focused On Building International Peacekeeping Capacity Worldwide In Close Collaboration With The U.s. Department Of Defense (dod). The Gpoi Program’s Mission Is To Strengthen The Effectiveness Of Un And Regional Peace Operations By Enhancing Partner Countries’ Capacities To Prepare, Deploy, And Sustain Peacekeepers And Reinforcing Un And Regional Organizations’ Performance And Accountability Frameworks. State’s Bureau Of Political Military Affairs, Office Of Global Programs And Initiatives, Peace Operations Capacity Building Division (pm/gpi/pocb) Serves As The Gpoi Program Office. gpoi Program Objectives: support Partner Countries’ Development Of Critical Mission Capabilities enhance Partner Countries’ Peace Operations Planning, Training, And Readiness Competencies enable Partner Countries To Conduct Effective Operations And Sustainment reinforce United Nations (un) And Regional Organizations’ Performance And Accountability Frameworks the Contractor Shall Plan, Resource, Design, Supervise, And Facilitate The Construction Of Training And Support Facilities At Mont Rolland. order Of Magnitude: Between $1,000,000 And $5,000,000 Iaw Far 36.204(f) anticipated Period Of Performance: pre-construction Survey: 60 Calendar Days From The Task Order Award actual Construction: 18 Months From The Issuance Of The Notice To Proceed (ntp) place Of Performance: the Place Of Performance For All Tasks Shall Be Senegal’s Training Center – Capitaine Gormack Niang/ Mont Rolland, Near The Town Of Thies, Senegal. this Is Not A Solicitation, Nor Will A Solicitation Package Be Issued As A Result Of This Announcement, And No Award Shall Be Made As A Result Of This Announcement. In The Event That A Solicitation Is Developed, It Will Be Assigned A Formal Request For Proposal (rfp) Number Or Request For Quotation (rfq) And The Announcement Will Be Published On Sam.gov. responses Due: for The Purposes Of This Acquisition, The Applicable Naics Code Is 236220. Responses Are Requested No Later Than January 20, 2025 At 12:00 Pm Est. Direct Expression Of Interest As Well As Required Documentation Should Be Submitted Via Email To Joonpil Hwang (hwangj2@state.gov), Coy Brown (browncl1@state.gov), And The Ip Contracting Team (ip_contracting_team@state.gov). All Prospective Offerors Are Responsible For Monitoring This Site For The Release Of All Other Information Pertaining To The Synopsis And Solicitation. response Submission Information: all Potential Sources With The Capability To Provide The Requirements Referenced In This Sources Sought Are Invited To Submit, In Writing, Sufficient Information Within The Page Limitations Listed Below. This Information Should Demonstrate The Respondent's Ability To Fulfill The Technical, Delivery, And Support Requirements And Be Responsive To The Technical Questions In This Rfi As Indicated Below. We Will Not Answer Technical Questions Or Provide Additional Technical Information At This Time Via This Sources Sought Notice. Please Understand That The Rough Order Of Magnitude Is For The Purposes Of Market Research And Your Firm Will In No Way Be Committed To Any Estimate You Provide Under This Notice. responses To This Rfi Shall Include The Following: 1. A Cover Sheet Which Includes: company Name address point Of Contact e-mail Address phone Number uei Number primary Business And Market Areas business Size And Socioeconomic Status (if Applicable) 2. Relevant Construction Project Experience (two (2) Page Limit): the Potential Offerors Need To Demonstrate That They Posses, Within The Last Five Years, Construction Experience Similar To That Described In This Specified Source Sought Category In Senegal. experience Described Above Needs To Include The Offeror's Role, Primary Contractor Or Sub-contractor. Each Project Experience Needs To Include The Contract Number, The Us Agency Or Private Company That Awarded The Contract And Contract Monetary Value. potential Offerors Need To Possess Senegal Permits And Licenses To Operate Legally Throughout The Territory. Copies Of The Licenses Must Be Submitted In Response To The Sources Sought And Are Excluded From The Two (2) Page Limit. the Potential Offerors Need To Document Experience In Coordinating With Host Nation Government(s) To Mitigate And Solve Potential Issues. 3. Capabilities Of Successfully Completing Constructions: ability To Provide All Required Design And Engineering Services, Manpower, And Materials To Construct New Buildings Or To Renovate Existing Ones; ability To Provide And Deliver Required Materials And Equipment To Projects Located In Senegal; capabilities To Import All Required Material And Equipment Through Either Sea Or Air Transportation To Senegal; ability That, Should A Solicitation Be Issued In The Future For This Requirement, Offerors Should Declare If The Offeror Is Applying As A Primary Contractor, A Joint Venture Or Partnership Or Other As Applicable To Their Submission. ability That, Should Sub-contractors Figure Into An Offeror's Plans, The Offeror Will Be Expected To Specify What Percentage Of Work Will Be Tasked To Assigned Sub-contractors.
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date18 Jan 2025
Tender AmountRefer Documents
Details: U.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state: Washington
city: Kent
delineated Area: North: From The Intersection Of I-5 & 129th St, East On 129th St To Martin Luther King Jr Way S/sunset Blvd To Rainier Ave S. From The Intersection Of Sunset Blvd & Rainier Ave S, North On Rainier Ave S To Airport Way S Then East On Airport Way S Until It Turns To Logan Ave S. North On Logan Ave S Which Turns To Southport Dr N Then East On Southport Dr N/sunset Blvd/renton-issaquah Rd To Maple Valley Rd. From The Intersection Of Renton-issaquah Rd & Maple Valley Rd, East On Maple Valley Rd To Issaquah-hobart Rd Se. east: From The Intersection Of Maple Valley Rd & Issaquah-hobart Rd Se, South On Issaquah-hobart Rd Se To Cedar Grove Rd Se Then South On Cedar Grove Rd Se To Renton-maple Valley Rd Se. From The Intersection Of Cedar Grove Rd Se & Renton-maple Valley Rd Se, South On Renton-maple Valley Rd Se To Hwy 18 Then South On Hwy 18 To M St Se. south: From The Intersection Of Hwy 18 & M St Se, South On M St Se To 37th St Se Then West On 37th St Se To A St Se. From The Intersection Of 37th St & A
st Se, South On A St Se To Ellingson Rd Then West On Ellingson Rd To Hwy 167. From The Intersection Of Ellingson Rd & Hwy 167, North On Hwy 167 To Hwy 18 Then East On Hwy 18/348th St To Pacific Hwy S. west: From The Intersection Of 348th St & Pacific Hwy S, North On Pacific Hwy S/international Blvd To 200th St Then East On 200th St To I-5. From The Intersection Of 200th St & I-5, North On I-5 To 129th St. see Attached Delineated Area Map
minimum Sq. Ft. (aboa): 11,868
maximum Sq. Ft. (aboa): 13,648
space Type: Office
full Term: 20 Years
firm Term: 10 Years
option Term: Two (2) 5-year Options
additional Requirements: If Inside City Center, Parking Facilities With An Adequate Availability Of Parking Spaces Open To The General Public To Accommodate Employees And Visitors Shall Be Located Within The Immediate Vicinity Of The Building But Generally Not Exceeding A Walkable 1,320 Feet (or ¼ Mile) Of The Employee Entrance Of The Offered Building, As Determined By The Lco. if Outside City Center, The Parking-to-square-foot Ratio Available On-site Shall At Least Meet Current Local Code Requirements, Or, In The Absence Of A Local Code Requirement, On-site Parking Shall Be Available At A Ratio Of Three (3) Spaces For Every 1,000 Rsf Of Space. a Public Transportation Stop Shall Be Located Within The Immediate Vicinity Of The Building, But Generally Not Exceeding A Safely Accessible, Walkable 1,320 Feet (or ¼ Mile) From The Principal Functional Entrance Of The Building, As Determined By The Lco. if Space Is Located Above The Ground / First Floor, Requires Minimum Two Elevators, One Of Which Can Be A Freight Elevator. A Backup Generator Is Required For At Least One Of The Elevators. no Part Of The Building Is Within 800 Feet Of An Active, Freight-carrying Railroad Track. adaptable To An Efficient Layout As Determined By Ssa, The Occupant Agency. consideration Will Include:
• All Contiguous Space
• Columns At Least 20 Feet Apart (center To Center)
• Distance From Offered Building To Adjacent Property Lines And/or Structures no History Of Heavy Industrial Use, Including But Not Limited To Large Dry-cleaning Operations, Rail Yards, Gas Stations, Or Industrial Facilities. exterior Wayfinding And Monument Signage May Be Required. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. expressions Of Interest Due: January 17th, 2025
market Survey (estimated): February 2025
occupancy (estimated): Fall 2027 send Expressions Of Interest To: name/title: Mark Carnese, Executive Director
address: 200 Sw Market Street, Suite 200
portland Or, 97201
phone: 503-279-1764
email Address: Mark.carnese@gsa.gov government Contact Information
lease Contracting Officer Yen Banh
broker Contractor For Gsa Dana Mcneil, Archer Recs,
subcontractor To Cushman & Wakefield mark Carnese, Executive Director
cushman & Wakefield
Province Of Ifugao Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 29.1 Million (USD 501.4 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee - Infra 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacinfraifugao21@gmail.com Invitation To Bid Publication No. 04 – 2025 - I (first Publication) Name Of Contract: Construction Of Viewpoint Fmr Locatio: Banaue, Ifugao 1. The Provincial Government Of Ifugao, Through The 2025-20% Df Intends To Apply The Sum Of Twenty Nine Million One Hundred One Thousand Six Hundred Thirty Four Pesos & 25/100 (php 29,101,634.25) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Publication No. 04 - 2025- I (first Publication). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. See Attached “annex A” For Other Information. 2. The Provincial Government Of Ifugao Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 316 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 The Bids And Awards Committee Office Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21, 2025 To February 11, 2025 At The Bac Office, 3rd Floor, Peo Building, Capitol Compound, Lagawe, Ifugao And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos Only (php 25,000.00) At The Provincial Treasury Office. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Provincial Government Of Ifugao Through Its Bids And Awards Committee Will Hold A Pre-bid Conference On January 30, 2025 At 2:30 P.m. At The Bids And Awards Committee (bac) Office, 3rd Floor, Peo 0building, Capitol Compound, Lagawe, Ifugao, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through, Manual Submission At The Office Address As Indicated Below, On Or Before February 11, 2025 At 1:00 P.m. At The Bids And Awards Committee (bac) Office, 3rd Floor, Peo Building, Capitol Compound, Lagawe, Ifugao. 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 15. 9. Bid Opening Shall Be On February 11, 2025 At 1:30 P.m. Basing On The Bac Wall Clock At The Bids And Awards Committee (bac) Office, 3rd Floor, Peo Building, Capitol Compound, Lagawe, Ifugao. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Ifugao 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. 11. For Further Information, Please Refer To: Bac Secretariat Bids And Awards Committee (bac) Office 3rd Floor, Peo Building, Capitol Compound, Poblacion South, Lagawe, Ifugao Bacinfraifugao21@gmail.com 63-0965-407-3198 Date Of Issue: January 23, 2025 Carmelita B. Buyuccan Bac Chairperson Annex “a” Publication Number Publication No. 04 - 2025- I (first Publication) Name Of Contract Construction Of Viewpoint Fmr Location Banaue, Ifugao Source Of Fund 2025-20% Df Approved Budget For The Contract (abc) Php 29,101,634.25 Contract Duration 316 Calendar Days Minimum Required Equipment 1 Unit Bulldozer With Ripper (155 Hp) 2 Units Pay Loader (1.5 Cu.m.) 3 Units Dump Truck (10 Cu.m.) 1 Unit Backhoe (0.80 Cu.m.) W/ Attachment 2 Units Pneumatic Drilling Machine 1 Unit Compressor Major Items Of Work Surplus Common Excavation, Surplus Rock Excavation, Soft, Surplus Rock Excavation, Hard, Clearing And Grubbing, Mobilization/demobilization, Construction Survey And Staking, Individual Removal Of Trees, 301-500mm, Small, Occupational Safety And Health Program & Project Billboard/signboard Cost Of Bid Documents Php 5,000.00
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Others
United States
Closing Date10 Feb 2025
Tender AmountRefer Documents
Details: This Notice Is For Sources Sought Only. This Is Not A Request For Proposal Or Invitation For Bid. Solicitation, Specifications, And Drawings Are Not Available. the U.s. Army Corps Of Engineers, Caribbean District 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 Indefinite Delivery Contract For Rio De La Plata Flood Control Project, North Coast Super-aqueduct Relocation Project In Dorado And Toa Baja, Puerto Rico Within The Boundaries Of The Caribbean District. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code For This Proposed Acquisition Is 237990, Other Heavy And Civil Engineering Construction. The Small Business Size Standard For Naics 237990 Is $45 Million. this Is Not A Soliciation For Proposal And No Contract Will Be Awarded From This Notice. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; No Reimbursement Will Be Made For Any Cost Associated With Providing Information In Response To This Sources Sought. the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of The Heavy And Civil Engineering Construction Community To Include Small Disadvantage Business Including Firms Participating On 8(a) Business Development Program, Service-disabled Veteran Owned Small Business (sdvosb); Veteran Owned Small Business, Hubzone Small Business, Small Business Concern, Woman-owned Small Business, Or Economically Disadvantaged Woman-owned Small Business And Other Than Small Business Community (unrestricted). The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsible Contractors. this Scope Of Work For The Rio De La Plata Flood Control Project, North Coast Super-aqueduct (ncsa) Relocation Project Includes Relocation Of Approximately 1,000 Feet Of The Ncsa To Perform Channel Improvements In The Area North Of Highway Pr-22 As Part Of A Future Project. The Ncsa Is A 72-inch Diameter Prestressed Concrete Cylinder Pipe (pccp) Waterline That Provides Potable Water From Arecibo To San Juan And Is Owned By The Puerto Rico Aqueduct And Sewer Authority (prasa). The Relocated Ncsa Will Be 72-inch Welded Steel Pipe (wsp) Installed Between A Parallel Steel Sheet Pile System. Steel And High-density Polyethylene (hdpe) Temporary Bypass Pipes Will Be Installed To Minimize Service Interruptions During Construction And Provide Flexibility Of Operation For Future Maintenance And/or Repairs By Prasa. Work Will Require Significant Coordination With Prasa During Construction. current Order Of Magnitude: Between $25,000,000.00 And $100,000,000.00 the Contract Will Be Fully Funded For An Fy25 Award Using 100% Federal Funding. the Project Will Have An Estimated Period Of Performance Of Approximately 560 Calendar Days After Receipt Of The Notice To Proceed (ntp). firm’s Response To This Synopsis Shall Be Limited To 15 Pages And Shall Include The Following Information: 1. Firm’s Name, Address, A Main Point Of Contact (poc) Telephone Number, Poc E-mail Address, Firm’s Website If Any, Cage Code And Uei Number, Company Size (small Or Large), In Accordance With Naics 237990. 2. Firm’s Interest In Proposal/bidding On The Solicitation When It Is Issued. 3. Firm’s Capability To Perform A Contract Of This Magnitude And Complexity (include Firm’s Capability To Execute Comparable Work Performed Within The Past 5 Years: This May And Should Be Tailored Specifically To The Scope Described Above. Brief Description Of The Work, Customer Name, Timeliness Of Performance, Customer Satisfaction, And Dollar Value Of The Project) – Provide At Least 3 Examples. 4. Firm’s Business Category, Other Than Small (large), And If A Small Business, Specify If Your Company Is Any Of The Following: Small Business, Small Disadvantaged Business Including Firms On The 8(a) Business Development Program, Service-disabled Veteran Owned Small Business (sdvosb); Veteran Owned Small Business, Hubzone Small Business, Small Business Concern, Women-owned Small Business, Or Economically Disadvantaged Women-owned Small Business. 5. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Firms Should Address The Structure Of Such Arrangements To Include Joint Venture Information If Applicable – Existing And Potential. all Responses To This Sources Sought Notice/market Research Will Be Evaluated And Used In Determining Acquisition Strategy. --important: Submission Of A Capabilities Statement Is Not A Prerequisite To Any Potential Future Offerings, But Participation Will Assist The Corps In Tailoring Requirements To Be Consistent With Industry Capabilities. This Synopsis Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. Statements That Do Not Meet All Requirements Or Submitted Within The Allotted Time Will Not Be Considered. Email Is The Preferred Method Of Submission To The Sources Sought. No Hardcopy Or Facsimile Submission Will Be Accepted. submission Instructions: Interested Firms Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought No Later Than 12:00 Pm Et, 10 February 2025. All Responses Under This Sources Sought Notice Must Be Emailed To The Attention Of Samuela Y. Adams At Samuela.y.adams@usace.army.mil. prior Government Contract Work Is Not Required For Submitting A Response Under This Sources Sought. you Must Be Registered With The System For Award Management (sam) In Order To Receive A Government Contract Award. To Register Go To Www.sam.gov. if You Have Any Questions Concerning This Opportunity, Please Contact: Samuela.y.adams@usace.army.mil.
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: General Services Administration (gsa) Seeks To Lease The Following Space:
state: Minnesota
city: Mounds View delineated Area:
north: County Road 14/ Main Street/125th Avenue Ne From Us Hwy 169/ferry Street, Continuing On 125th Avenue Ne/county Road 14, To I-35w. Follow I-35w From County Road 14/ Main Street/125th Avenue Ne To I-35e
east: I-35e South From I-35w I-694. Follow I-694 To The East And Then South, To I-94.
south: I-94 From I-694, To I-394. Follow I-394 From I-94 To I-494.
west: I-494 From I-394 To I-94. Follow I-94 From I-394 Us Hwy 169. Follow Us Hwy 169 From I-394 To County Road 14/main Street. minimum Sq. Ft. (aboa): 13,348 Aboa Sf Total
6,914 Aboa Sf Office / 6,434 Aboa Sf Warehouse maximum Sq. Ft. (aboa): 14,051 Aboa Sf Total
7,278 Aboa Sf Office / 6,773 Aboa Sf Warehouse space Type: Office And Warehouse
parking Spaces (total): The Parking-to-square-foot Ratio Available On Site Shall At Least Meet Current Local Code Requirements.
parking Spaces (reserved): 22 (includes 4 Boats And 1 Trailer)
full Term: 20 Years
firm Term: 15 Years
option Term: None additional Requirements:
• The Space Shall Be Contiguous, On Ground Level.
• A Minimum Of 11,640 Sf To A Maximum Of 12,804 Sf Of Secure Fenced Area Must Be Located On Site To Be Used For The Outdoor Storage Of Vehicles. The Fenced Area Must Accommodate Vehicular Access And Circulation Throughout For Large Vehicles And Vehicles Pulling Trailers. Access To The Fenced Area Will Be Controlled Through A Gate On Rollers. Fencing Is Required As Part Of The Tenant Improvement Scope.
• Space Shall Be Located In An Office, Research, Technology, Or Business Park That Is Modern In Design With A Campus-like Atmosphere; Or, On An Attractively Landscaped Site Containing One Or More Modern Office Buildings That Are Professional And Prestigious In Appearance With The Surrounding Development Well Maintained And In Consonance With A Professional Image.
• Warehouse Space Shall Have A Minimum Clear Or Working Ceiling Height Of 14 Feet Clear. Warehouse Space Shall Include An Insulated Metal Sectional Overhead Door Measuring At Least 12’ Wide By 12’ High, At Ground Level. Overhead Door Shall Be Electronically/ Automatically Operated With Appropriately Sized Automatic Push Button Electric Openers. Circulation Patterns In Front Of The Overhead Door Should Allow For Easy Access And Maneuverability Of Large Vehicles And Vehicles Pulling Trailers That Can Reach In Excess Of 55’ Long With Central Pivot Points Like Standard Semi-trailers. Vehicles Must Be Able To Enter And Navigate The Warehouse Space. The Warehouse Must Have A Separate Ventilation System, Capable Of Removing Carbon Monoxide, From The Main Building To Avoid Contamination Of Laboratories And Office Space. The Warehouse Space Shall Be Climate Controlled.
• Space Configuration Shall Be Conducive To An Efficient Layout. Consideration For An Efficient Layout Will Include, But Not Be Limited To The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depths, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves Or Offsets That Will Result In An Inefficient Use Of Space. The Following Space Configurations Will Not Be Considered: Space With Atriums Or Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage.
• The Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 6:00 A.m. To 6:00 P.m. (excluding Saturdays, Sundays And Federal Holidays).
• The Office, Warehouse, And Lab Space Will All Require An Independent Hvac System Conforming To The Locally Approved Building Code. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 0.2-percent-annual Chance Floodplain (formerly Referred To As [“500-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. expressions Of Interest Due: February 7, 2024
market Survey (estimated): Tbd
occupancy (estimated): March 1, 2026 send Expressions Of Interest To:
name/title: Josh Johnson
4400 W 78th St | Suite 200 | Bloomington, Mn 55435
952-924-4825
email Address: Josh.johnson@cbre.com government Contact Information
lease Contracting Officer: Jeanette Torres
leasing Specialist: Michael Dillon
broker: Matt Bartlett, Cbre, Inc
U S CUSTOMS AND BORDER PROTECTION USA Tender
Chemical Products...+1Aerospace and Defence
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents
Details: Description the Department Of Homeland Security (dhs), Customs And Border Protection (cbp) Has A Requirement For The Procurement Of Less Lethal Pressurized Air Launchers (llpal), Llpal Accessories, And Both Inert And Capsaicin-filled Projectiles, To Be Used For Duty And Training. This Effort Is Integral To Providing Effective Use Of Force Equipment To Officers And Agents. the Resultant Contract, If Any, Shall Be Awarded By And Administered To Cbp, However It Will Be A Dhs Strategic Source Contract That Will Allow Dhs Agencies, As Well As Other Federal Law Enforcement Agencies, To Purchase Off Of This Contract. this Announcement Constitutes An Official Request For Information (rfi). This Rfi Is Issued Solely For Information And Planning Purposes – It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Request For Information Does Not Commit The Government To Contract For Any Supply Or Service Whatsoever. Further, U.s. Customs And Border Protection Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals. Responders Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party’s Expense. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Sam.gov Website. It Is The Responsibility Of The Potential Offerors To Monitor These Sites For Additional Information Pertaining To This Requirement. information Requested: company Name, Company Address, Point Of Contact, Telephone Number, And E-mail Address. is Your Company A Manufacturer Or Distributor Of The Products Listed In The Accompanying Draft Statement Of Work? if You Aren’t The Manufacturer, Are You An Authorized Distributor? Would You Be Able To Provide A Letter Of Authorization From The Manufacturer? are You Under Naics Code 332994small Arms, Ordnance, And Ordnance Accessories Manufacturing? If Not, What Naics Code Do You Use? What Size Business Are You Registered As With This Code? what Is Your Organization’s Experience With, And Capability For, Manufacturing And Distributing Less Lethal Pressurized Air Launchers For Military Or Law Enforcement Agencies? Does This Experience Include Designing Specific Launchers To Meet Agencies/military Technical Requirements? where Are Your Launchers And Projectiles Manufactured And/or Assembled? If Parts/components Are Manufactured In A Different Location From Final Assembly, Please Identify All Subcontractors’ Names And Locations. is Your Organization Capable Of Manufacturing Launchers And The Projectiles That Meet The Technical Requirements Included In The Attached Draft Statement Of Work (sow)? does Your Organization Offer Less Lethal Launchers With A Warranty? If Yes, Please Provide Warranty Length, And Coverage Of Warranty. provide A Synopsis Of Current Quality Control Process Related To The Less Lethal Launchers. provide A Synopsis Of Current Quality Control Process Related To The Projectiles. provide Your Total Manufacturing Capacity For Less Lethal Launchers On A Quarterly Basis. provide Your Total Manufacturing Capacity For Pava, Pava Concentrated, And Inert On A Quarterly Basis. what Is Your Surge Capacity For Projectiles Devoted To This Contract? what Is The Normal Lead-time For Delivery Of Projectiles Once An Order Is Received? do You Have Any Concerns Or Questions Regarding The Requirements Set Forth In The Attached Draft Statement Of Work? responses responses Shall Be The Minimum Length Necessary To Accommodate All Requested Information And Submitted Via E-mail Only. Proprietary Information, If Any, Should Be Minimized And Must Be Clearly Marked. To Aid The Government, Please Segregate Proprietary Information. submissions Shall Be In Adobe Pdf Format, And Shall Be Submitted Not Later Than 12:00pm Et February 13, 2025 To Contracting Officer Jared A. Tritle At Jared.a.tritle@cbp.dhs.gov With A Copy To Contract Specialist Doug Williamson At David.d.williamson@cbp.dhs.gov. cbp Prefers A Single Submission Containing All Required Information. If There Are Multiple Files, Please Submit As A Pdf Portfolio. questions questions Regarding This Announcement Shall Be Submitted In Writing By E-mail To The Contracting Officer, Email Address Listed Above. Verbal Questions Will Not Be Accepted. Questions, If Not Answered Directly To The Respondee, Will Be Answered By Posting On The System For Award Management (sam) Website; Accordingly, Questions Shall Not Contain Proprietary, Sensitive, Or Classified Information. summary this Request For Information (rfi) Is For Planning Purposes Only And Should Not Be Construed As A Request For Proposal Or As An Obligation On The Part Of The Government To Acquire Any Services Or Hardware. Your Response To This Rfi Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise As A Result Of Contractor Submission Of Responses To This Announcement Or Government Use Of Such Information. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. The Information Provided May Be Used By Cbp In Developing And Refining Its Acquisition Strategy, Statement Of Work, And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Award A Contract Solely On The Basis Of This Rfi Or To Otherwise Pay For The Information Submitted In Response To Same. The Information Provided Herein Is Subject To Change And In No Way Binds The Government To Pursue Any Course Of Action Described Herein. The U.s. Government Is Not Obligated To Notify Respondents Of The Results Of This Survey. the Purpose Of This Rfi Is To Conduct Market Research For Cbp Less Lethal Pressurized Air Launchers, Accessories, And Projectiles. All Rfi Submissions Become Government Property And Will Not Be Returned.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine...+1Machinery and Tools
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents
Details: The Great Lakes Acquisition Center (glac) In Milwaukee, Wi Is Searching For Vendors Who Have The Capability To Provide A Full-service Contract (preventative Maintenance And Emergencies) Covering Three (3) Drager Apollo Anesthesia Machines And Six (6) Drager Vapor 2000 Vaporizers At The Va Illiana Health Care System, 1900 E. Main Street, Danville, Il (see Equipment List Below). The Vendor Shall Be Responsible For All Labor, Travel Expenses, Shipping And Handling, And Parts Needed To Perform This Request. The Result Of This Market Research May Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 811210 - Medical And Surgical Equipment Repair And Maintenance Services.
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. Tentative Requirements: vendor Shall Be Responsible For All Labor, Travel Expenses, Shipping And Handling, And Parts Needed To Perform This Request. Required Capabilities Include Trained And Certified Technical Personnel To Work On The Equipment Listed Below, Ability To Obtain Parts Of Current Manufacture That Meet Original Equipment Manufacturer (oem) Specifications, Ability To Meet A Four (4) Hour Call Back Time And, If Required, An Eight (8) Hour On-site Emergency Response Time (next Business Day), And Coverage Hours From 8:00am-5:00pm Local Time.
interested Parties Shall Submit A Brief Summary Of Their Capabilities. This Summary Shall Include The Following:
company Name, Company Address, Company Web Site, Company Telephone Number, Company Size And Type Of Ownership, Point Of Contact Name, Point Of Contact Email Address, Point Of Contact Telephone Number.
proof All Technical Personnel Are Trained And Certified To Service Each Device On The Equipment List.
proof Vendor Can Obtain Oem Parts.
proof Vendor Can Obtain Software/software Updates.
proof Vendor Has Authorization To Install Software/software Updates. proof Vendor Can Meet 8-hour Emergency Response Time (or Next Business Day).
proof Vendor Can Utilize Oem S Billable Service, If Using.
proof Vendor Can Meet Iso 13485 Standards (provide Certificate Or Proof Company Is Being Certified).
proof Vendor Can Meet Iso 9001 Standards (provide Certificate Or Proof Company Is Being Certified).
brief Summary Of Vendor S Experience With Servicing Draeger Anesthesia And Ventilator Units.
confirmation Vendor Can Meet The Limitations Of Subcontracting Should They Apply (see Below).
all Interested Responsible Sources Shall Submit A Brief Summary Of Their Capabilities To This Office By 10:00 A.m. Local Time On Friday February 14, 2025. The Capabilities Statement Shall Include The Above Information And How Vendor Will Abide By The Limitations Of Subcontracting Rule, 852.219-75. These Requests Are Mandatory For Consideration. Please Also Provide The Vendor S Unique Entity Identifier (uei). Summaries Shall Be Submitted Via Email To Eileen.meyer@va.gov. this Sources Sought Is Issued Solely For Information And Planning Purposes To Determine Availability Of Qualified Vendors And Does Not Constitute A Solicitation. All Information Received In Response To This Sources Sought That Is Marked As Proprietary Will Be Handled Accordingly. Please Note That This Is Not A Request For Quote And The Government Is Seeking Information For Market Research Purposes Only. The Government May Or May Not Issue Solicitation Documents. Telephone Inquiries Will Not Be Returned. equipment List:
manufacturer
model
ee# serial #
drager
apollo
56335
assl-0017
drager
apollo
56334
assl-0016
drager
apollo
56333
assl-0015
drager
vapor 2000
sevoflurane
assl-0191
drager
vapor 2000
desflurane
assk-0542
drager
vapor 2000
sevoflurane
assl-0192
drager
vapor 2000
desflurane
assk-0540
drager
vapor 2000
sevoflurane
assl-0193
drager
vapor 2000
desflurane
assk-0541 852.219-75â Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) (deviation) (a) Pursuant To 38 U.s.c. 8127(k)(2), The Offeror Certifies That (1) If Awarded A Contract (seeâ far 2.101â definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows:â [contracting Officer Check The Appropriate Box Below Based On The Predominant Naics Code Assigned To The Instant Acquisition As Set Forth In Far 19.102.]
(i) [x] Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth Inâ 852.219-10â or Vosbs As Set Forth Inâ 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6.
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents
Details: This Notice Is For Sources Sought Only. This Is Not A Request For Proposal Or Invitation For Bid. Solicitation, Specifications, And Drawings Are Not Available. the U.s. Army Corps Of Engineers, Caribbean District 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 Indefinite Delivery Contract For Caño Martin Peña, Ecosystem Restoration Project Within The Boundaries Of The Caribbean District. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code For This Proposed Acquisition Is 237990, Other Heavy And Civil Engineering Construction. The Small Business Size Standard For Naics 237990 Is $45 Million. this Is Not A Soliciation For Proposal And No Contract Will Be Awarded From This Notice. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; No Reimbursement Will Be Made For Any Cost Associated With Providing Information In Response To This Sources Sought. the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of The Heavy And Civil Engineering Construction Community To Include Small Disadvantage Business Including Firms Participating On 8(a) Business Development Program, Service-disabled Veteran Owned Small Business (sdvosb); Veteran Owned Small Business, Hubzone Small Business, Small Business Concern, Woman-owned Small Business, Or Economically Disadvantaged Woman-owned Small Business And Other Than Small Business Community (unrestricted). The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsible Contractors. this Scope Of Work For The Contract 3 Phase 1 Includes The Site Development Of Ciudad Deportiva Roberto Clemente For Material Management Area; Preparation Of The Aquatic Disposal Pits At San Jose Lagoon (sjl); Dredging Of 3,000 Meters-long Access Channel Across Sjl; Bridge Fenders To Protect The Concrete Piers Of The Moscoso Bridge Near The Sjl Access Channel; Dredging Of 450 Meters-long Transition Channel Between Main Channel And Sjl Access Channel; Dredging Of 900 Meters-long Main Channel (30.48 Meters Wide X 3.05 Meters Deep) From The Barbosa Bridge To San Jose Lagoon Transition Channel Including Steel Sheet Pile Walls With Concrete Cap, And Natural Bottom; And Construction Of An Approximately 61 Meters-long Riprap Channel At The Barbosa Bridge To Protect The Foundation From Scour. current Order Of Magnitude: Between $25,000,000.00 And $100,000,000.00 the Contract Will Be Fully Funded For An Fy25 Award Using Cost Shared Funding. the Project Will Have An Estimated Period Of Performance Of 1095 Calendar Days After Receipt Of The Notice To Proceed (ntp). firm’s Response To This Synopsis Shall Be Limited To 15 Pages And Shall Include The Following Information: 1. Firm’s Name, Address, A Main Point Of Contact (poc) Telephone Number, Poc E-mail Address, Firm’s Website If Any, Cage Code And Uei Number, Company Size (small Or Large), In Accordance With Naics 237990. 2. Firm’s Interest In Proposal/bidding On The Solicitation When It Is Issued. 3. Firm’s Capability To Perform A Contract Of This Magnitude And Complexity (include Firm’s Capability To Execute Comparable Work Performed Within The Past 5 Years: This May And Should Be Tailored Specifically To The Scope Described Above. Brief Description Of The Work, Customer Name, Timeliness Of Performance, Customer Satisfaction, And Dollar Value Of The Project) – Provide At Least 3 Examples. 4. Firm’s Business Category, Other Than Small (large), And If A Small Business, Specify If Your Company Is Any Of The Following: Small Business, Small Disadvantaged Business Including Firms On The 8(a) Business Development Program, Service-disabled Veteran Owned Small Business (sdvosb); Veteran Owned Small Business, Hubzone Small Business, Small Business Concern, Women-owned Small Business, Or Economically Disadvantaged Women-owned Small Business. 5. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Firms Should Address The Structure Of Such Arrangements To Include Joint Venture Information If Applicable – Existing And Potential. all Responses To This Sources Sought Notice/market Research Will Be Evaluated And Used In Determining Acquisition Strategy. --important: Submission Of A Capabilities Statement Is Not A Prerequisite To Any Potential Future Offerings, But Participation Will Assist The Corps In Tailoring Requirements To Be Consistent With Industry Capabilities. This Synopsis Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. Statements That Do Not Meet All Requirements Or Submitted Within The Allotted Time Will Not Be Considered. Email Is The Preferred Method Of Submission To The Sources Sought. No Hardcopy Or Facsimile Submission Will Be Accepted. submission Instructions: Interested Firms Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought No Later Than 10:00 Am Et, 3 January 2025. All Responses Under This Sources Sought Notice Must Be Emailed To The Attention Of Samuela Y. Adams At Samuela.y.adams@usace.army.mil. prior Government Contract Work Is Not Required For Submitting A Response Under This Sources Sought. you Must Be Registered With The System For Award Management (sam) In Order To Receive A Government Contract Award. To Register Go To Www.sam.gov. if You Have Any Questions Concerning This Opportunity, Please Contact: Samuela.y.adams@usace.army.mil.
6021-6030 of 6949 archived Tenders