Pre Header

Header

Featured Bids

Added 11/30/2018

METRO’s Current Solicitations & METRO’s Procurement Link!

Attention: Partners, please share METRO’s Contracting Opportunities, with your members / small business database.

Please Note: Pre-Bid Date for the following Solicitation:
1. 4019000024 – “Bus Stop Improvement” – 35% SB Goal – Pre-Bid Date is Tuesday, 12/11/2018 @ 10:00 a.m., at 1900 Main Street, Houston TX 77002, 2nd Floor Conference Room #2022.

Solicitations:
Listed below are METRO current solicitations. Solicitation documents are available online for download. To view Solicitation Details click on the solicitation number.
List of METRO Solicitations
Solicitation Number Title Due Date
4019000003
Deep Cleaning of Rail Platforms, Deep Cleaning & Sweeping of Transit Centers & Park & Rides, & Annual Deep Cleaning of Downtown & Medical Center Transit Centers. 12-05-2018 02:00 PM
4019000017
Class 1 and 2 Waste Removal 12-05-2018 02:00 PM
4019000008
SAP HANA Implementation Services 12-07-2018 02:00 PM
4018000229
Broker of Record Services 12-11-2018 02:00 PM
4019000014
Pre-Authorization for Workers Compensation 12-11-2018 02:00 PM
4018000193
Rail Operations Center (ROC) Tie Upgrade & Redline Tie Replacement, Drainage, & Subgrade Improvements 12-19-2018 02:00 PM
4019000019
Landscaping Services 12-19-2018 02:00 PM
4018000226
Automated Fare Collection System (AFCS) 12-28-2018 02:00 PM
4019000024
Bus Stop Improvement 01-02-2019 02:00 PM
4019000013
Disparity Study 01-09-2019 02:00 PM
4018000133
Replacement of OCS Insulators and Safety Straps at Burnett Bridge 09-30-2021 02:00 PM

Procurement Link: https://www.ridemetroapp.org/procurement/solicitations.aspx;

Thank you.

Shurronda Murray
External Relations Officer Procurement
Metropolitan Transit Authority of Harris County
Email: Shurronda.murray@ridemetro.org
713-739-4845
Fax: 713-758-9716

 

****************************

added 11/28/2018

Chris Johnson of Bartlett Cocke General Contractors sent your company a message about

SAISD Irving Academy Renovation – Final Bid: Planrooms & Minority Organizations

Irving Academy Addendum #2

Please note that Addendum #2 is published for the project.
– Please review and include in your proposal.
– Bid deadline remains 11/29/18 by 2:00pm central time. Email bids to bidsat@bartlettcocke.com or fax to 210-655-1337.
Thanks,
Chris Johnson, LEED AP
Senior Estimator
Bartlett Cocke General Contractors
8706 Lockway
San Antonio, Texas 78217
(210) 655-1031 ext 218 office
(210) 655-1337 fax
cjohnson@bartlettcocke.com
www.bartlettcocke.com

Reply to Chris Send Bid

Already know if your company will bid on this RFP? Let Chris Johnson know.

Bidding Not Bidding Not Sure

You will no longer receive messages for this bid package if you select Not Bidding above

Project Details

Location: San Antonio, TX
Job Walk: November 13, 2018
Bid Due: November 29, 2018

Bartlett Cocke General Contractors is requesting subcontractor and supplier proposals for final bids on the project.
– The project consists of: The renovation of the existing Irvin…

View all files and project details »

Sender Details

Chris Johnson
Senior Estimator • (210) 655-1031 • (210) 445-6051 • cjohnson@bartlettcocke.com

Bartlett Cocke General Contractors
8706 Lockway Street, San Antonio, TX 78217

www.buildingconnected.com support@buildingconnected.com
© Copyright 2018 BuildingConnected.com. All Rights Reserved.
85 2nd Street, 6th Floor, San Francisco, CA 94105

 

 

*********************************************

added 11/29/2018

The Texas Department of Public Safety (TXDPS) is soliciting proposals for DNA Testing Consumables.

This Bid Packet: 19R0000065 can be viewed at http://www.txsmartbuy.com/sp/19R000065

Responses due back by December 11, 2018, 3:00 p.m. CST.

All questions should be submitted via email to Linda.Mahan@dps.texas.gov by December 3, 2018, 3:00 p.m. CST. Responses to submitted questions will be posted to the Electronic State Business Daily by December 4, 2018, 3:00 p.m. CST

Do not contact anyone else at TXDPS about this solicitation or your proposal may be disqualified.

Thank you,

Linda Mahan, CTPM CTCM
Contract Specialist IV, Statewide Support Services
Procurement & Contract Services Texas Department of Public Safety (TXDPS)
Email: Linda.Mahan@dps.texas.gov
Phone: (512) 424-7096
Mail: 5805 N. Lamar Blvd., Austin, Texas 78752

The information contained in this electronic email and any attachments is intended for the exclusive use of the addressee(s) and may contain confidential, privileged or proprietary information. Any other interception or use of these materials is strictly prohibited. This email may not be forwarded outside the Texas Department of Public Safety without the permission of the original sender. If you have received these materials in error, please notify me immediately by telephone and destroy all electronic, paper, or other versions.

*****************************************************************************

Added 10/19/2018 – Building Automation System Maintenance- ESBD Posting

The Department of Public Safety is requesting bid responses for Building Automation System Maintenance. See the attached scope of work, and specifications for more information.

A Non-Mandatory pre-bid site visit will be held at 5805 N. Lamar Blvd. Austin, TX 78752 Bldg. A lobby on October 24, 2018 at 10:00 AM.

The posting can be viewed at: http://www.txsmartbuy.com/sp/405-19-R164052 and a copy has been attached for you convenience.

Respectfully,

Kristy Watts
Purchaser, CTCD
Procurement & Contract Services
Texas Department of Public Safety
Office: (512) 424-2448 | Fax: (512) 424-5419
Kristy.Watts@dps.texas.gov

 

************************************************

Added 9/20/2018

The U.S. Army Geospatial Center (AGC) will be hosting its first Virtual Small Business Forum on Thursday, October 25, 2018. This FREE event will be from 1:30 p.m. to 5:00p.m. Eastern Daylight Time (EDT). The purpose of this event is to help introduce AGC to new potential industry partners, to expand AGC’s industrial base, and to find new and innovative ways to improve/expand our geospatial capabilities to provide the U.S. Warfighter relevant geospatial information, capabilities, and domain expertise.

The Forum will have a general overview of doing business with the Army Geospatial Center, broken out by the various programs within AGC’s mission areas. AGC’s efforts encompass the design, development, fielding, and home station support of terrain, hydrological, navigational, imagery, command and control systems, and Geospatial/GEOINT expertise. This also includes participation from the Engineering Research Development Center’s (ERDC) Geospatial Research Laboratory (GRL).

Registration is FREE and required for all FORUM attendees/participants. Registration will close Monday, October 22, 2018 at 12:00 p.m. (Noon) EDT. For further information and registration please go to the following link:

https://na01.safelinks.protection.outlook.com/?url=https%3A%2F%2Fgo.usa.gov%2FxPgx7&data=02%7C01%7Csheriley.smith%40utsa.edu%7Cf8d58c87cad941569c1108d61eae1d18%7C3a228dfbc64744cb88357b20617fc906%7C0%7C0%7C636730130614792615&sdata=UjQwdsXOXnjnqxFeOOJpUDoTb6QMO09XdsX5j58aNOA%3D&reserved=0

The following are the primary NAICS codes used here at AGC.

511210 SOFTWARE PUBLISHERS
541715 RESEARCH AND DEVELOPMENT IN THE PHYSICAL, ENGINEERING, AND LIFE SCIENCES (EXCEPT NANOTECHNOLOGY AND BIOTECHNOLOGY)
334111 ELECTRONIC COMPUTER MANUFACTURING
541512 COMPUTER SYSTEMS DESIGN SERVICES
334220 RADIO AND TELEVISION BROADCASTING AND WIRELESS COMMUNICATIONS EQUIPMENT MANUFACTURING
541513 COMPUTER FACILITIES MANAGEMENT SERVICES
541330 ENGINEERING SERVICES
541511 CUSTOM COMPUTER PROGRAMMING SERVICES
541519 OTHER COMPUTER RELATED SERVICES
334516 ANALYTICAL LABORATORY INSTRUMENT MANUFACTURING
518210 DATA PROCESSING, HOSTING, AND RELATED SERVICES
541611 ADMINISTRATIVE MANAGEMENT AND GENERAL MANAGEMENT CONSULTING SERVICES
541613 MARKETING CONSULTING SERVICES
541990 ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES
611420 COMPUTER TRAINING

Point of contact:
Karen L. Baker
Chief, Office of Small Business Programs U.S. Army Geospatial Center
7701 Telegraph Road
Bldg. 2592, Rm. 123A
Alexandria, Virginia 22315

TEL: 703.428.3738
DSN: 312.428.3738
SBO-AGC@usace.army.mil

 

 

 

******************************************

Added 8/27/2018

SKANSKA USA BUILDING INC., Construction Manager-at-Risk, for Alamo College Tourism, Hospitality & Culinary Arts Center of Excellence Project will be accepting pricing from qualified contractors for the project located at St. Philip’s Campus, 1801 Martin Luther Drive, San Antonio, TX 78203. This solicitation is for Bid Package #1 (Earthwork, Site Utilities, Asphalt Paving, Piers, Mud Slab, MEP Site Utility) Packages.

Skanska is preparing a 100% CD GMP Estimate for the project. Bids will be due on Wednesday, September 5, 2018@2:00 PM CST. EMAIL bids to projectbids@skanska.com / Fax 210-301-7101.

Please note the specification section 012300 Alternates as well as any Voluntary Value Engineering suggestions for the project are encouraged.

If you are interested in bidding please contact:

Amie Kromis
amie.kromis@skanska.com
Diversity Manager
Skanska USA Building Inc.

105 Decker Court
Suite 1060
Irving, TX 75062, United States
Phone +1 972 281 6456
Mobile +1 615 613 5740
Fax +1 972 281 6441

**************************************************************************

Added 8/21/2018

PRIME CONTRACTOR SEEKING SUB-CONTRACTORS

COMPANY OVERVIEW:  Weil Construction, Inc. is a certified 8(a), HUBZone, Small Disadvantaged Business specializing in Federal Government construction. Our Website: www.weilconstruction.com

PROJECT: USACE Fort Worth District 8a Direct Award for RENOVATION OF BUILDING 2006 at Fort Sam Houston, Texas.  100% Design Package available. Photo Attached.

DESCRIPTION: Building 2006 consists of three floors and an attic area. The structure is approximately 7200 square feet in size, comprised of load-bearing brick masonry walls around the building perimeter and at key building junctures on the interior. This building was constructed in 1913, as part of a complex of buildings associated with the original Fort Sam Houston hospital and it served as a doctor’s quarters. The building has been renovated numerous times, and each floor of the building now houses various offices for the US Army North, 5th Recruiting Brigade. The building interior consists of a combination of plaster and/or brick walls, many covered with vinyl-covered sheetrock. The floors were generally covered with floor tile or carpet. Drop ceilings consisting of ceiling tile and grid are located in various areas throughout the building. Above the drop ceilings, the original ceiling is generally plaster, and some of the plaster ceilings are covered with painted decorative tin.

The purpose of this project is to renovate all three floors of Building 2006 to provide administrative space for the 5th Recruiting Brigade and to extend the useful life another 25 years and to install a new elevator exterior to the building.  Work includes the following:

Asbestos/Lead-based Paint Abatement.

Exterior improvements: firewater line and sewer line will be constructed for tie into the existing main lines; natural gas and electrical lines needed to service the Building will be installed and tied into existing infrastructure; reinforced concrete pad will be installed as necessary to house new mechanical equipment; ADA Compliant Pathway will be installed between the existing parking lot, located to the north of Building 2006 and Building 2006 (see civil plans); sidewalks/ramps; and limited asphaltic concrete pavement work on adjacent streets as depicted on the plans.

Selective demolition: including the removal / protection of interior historic elements; removal of all exterior doors and windows; selective removal of interior  wall,  doors,  spaces, and  finishes;  removal  of  all  mechanical, electrical,   plumbing,   communications,   and   fire   protection   systems; hazardous material abatement; removal of first, second, and third story porches and stairs on both the north and south sides.

Exterior work includes  replacement  of  all  exterior  doors  and  windows inclusive of steel reinforcing at the jambs on the east side, construction of new  porches  and  stairs  on  the  north  and  south  sides,  replacement  of deteriorated wood framing and decking as required, and site concrete for mechanical equipment and sidewalk replacement as needed.

Interior work includes   the   interior   finish-out   of   the   facility. It encompasses  the  layout  of  functional  spaces,  interior  finishes,  lighting, electrical power distribution, communications, plumbing, and mechanical ventilation / exhaust, fire sprinkler, fire alarm / mass notification, and life safety.

Elevator:  The machine-roomless (MRL) holeless hydraulic elevator will be constructed as an exterior addition on the west side of the building. The elevator shaft will be located approximately 5 feet outside the main building line to create a lobby at each floor. The elevator pit/foundation will be 4 feet deep and cast-in-place concrete.

Antiterrorism and Force Protection (AT/FP) requirements were addressed as part of the renovation of Building 2006. All windows will be replaced in this building, with those on the east side, abutting Dunston Road to be designed for blast loads as result of a blast occurring at a conventional standoff distance of 80 feet from the building.

We are in need of the following:

  • Hazardous Material Abatement
  • Electrical
  • Fire Protection (FA/MNS/Sprinkler)
  • Communications (Fiber and Copper, including new Duct bank install)
  • Concrete
  • Masonry
  • Elevator
  • Utilities
  • Civil
  • Carpentry (Wood Work/Interior Framing/Drywall/Tape & Float/Painting/Acoustic Ceiling/Doors & Hardware)
  • AT/FP Structural Steel Framing and Windows

Interested parties should contact me via email.  Thank you.

Anthony L. Gardner, Vice President

San Antonio, Texas

(210) 381-0563

Weil Construction, Inc.

8(a), HUBZone, Small Disadvantaged Business

www.weilconstruction.com

U.S. Small Business Administration 2018 National Small Business Prime Contractor of the Year

***************************

Added 8/16/2018

Good Afternoon Vendors,

The Department of Public Safety (DPS) is soliciting bids for an onsite preventative maintenance and repairs contract for all parts and labor services on nine Security Screening X-Ray Units.
Please see attached bid documents or see link below for posting.

The posting can be viewed here http://www.txsmartbuy.com/sp/405-19-R170922

Toribio Solis, CTCM, CTPM
Contract Specialist IV
Texas Department of Public Safety
Procurement and Contract Services
Major Contracts Branch
Phone: 512-424-2968
Fax: 512-424-5419
Email: toribio.solis@dps.texas.gov

Added 8/2/2018

FYI: GSA Construction MATOC for SBs =Region 7

FBO solicitation number: 47PH0818R0004 (Click link for FBO), along with description and contact information;

Description:
This constitutes a Request for Proposal (RFP), for a new indefinite delivery indefinite quantity (IDIQ) multiple award contract for construction, repair, and alteration, with design-build and incidental abatement services. The General Services Administration (GSA), Public Buildings Service (PBS), Greater Southwest Region 7, Acquisition Management Division is the office soliciting and will administer the resulting contracts.
In accordance with FAR 52.219-6, this procurement is set aside exclusively for Small Business concerns.
Performance Location:
Counties and parishes within the states of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas (Region 7).
General Description of Scope of Services:
This contract is to provide general construction, repair, and alteration, with design-build and incidental abatement services. The NAICS code for this procurement is 236220 with a size standard of $36.5 million.
This will be a firm fixed price multiple award contract. This PBS Region has been organized into thirteen geographic zones. Awards will be staggered by zone, potentially two zones at a time. All work to be acquired under the contracts will be accomplished by the issuance of individual task orders. The individual task orders to be placed under the contracts will range in dollar value from approximately $2,000 to $3,500,000; however, project values will NOT be equally spread over this range. The Maximum Order Limitation (MOL) for a contract which is primary in only the Small Projects Pool shall be $1,000,000 aggregate for all task orders for each annual period of performance, for each contract, for each zone. The Maximum Order Limitation (MOL) for a contract which is primary in only the Large Projects Pool shall be $4,000,000 aggregate for all task orders for each annual period of performance, for each contract, for each zone. A contract which is primary in both project pools will have a MOL of $5,000,000 aggregate for all task orders for each annual period of performance, for each contract, for each zone. These contract vehicles may be used by both GSA Regional and Field Office personnel. These contracts will be solicited as one (1) year contracts, with four (4) separate one (1) year option periods, for a total potential contract period not to exceed five (5) years. Facilities covered under the scope of this contract include Government owned and leased facilities in counties or parishes within the states of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas.
Services will be required under these contracts on an as-needed basis up to a single task order limit of $3,500,000. Task orders will be prepared based on defined scopes of work for specific projects and issued as firm-fixed price tasks orders.
The base IDIQ contracts will be acquired using Source Selection procedures as identified in FAR 15.3 with a firm-fixed price award to the offerors who provide the best value to the Government. Offerors will be evaluated based on technical merit and price proposals. For this procurement, technical evaluation factors, when combined, are significantly more important than total evaluated price. The trade-off process under the best value approach will be used. The technical evaluation factors in descending order of importance are: 1. Past Performance and 2. Hypothetical Projects.
The Government’s intent is to award up to six (6) IDIQ contracts per zone, to offerors who submit a proposal which will provide the best value to the Government in terms of technical qualifications and price; however, the Government reserves the right to award more or fewer contracts per zone as determined to be necessary.
The Government intends to make award without discussion. Therefore, offerors are requested to submit their initial proposals to the Government on the most favorable terms based on technical and price factors. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.
Contracting Office Address:
819 Taylor St., Rm. 12B01
Fort Worth, Texas 76102
United States
Place of Performance:
Counties or parishes within the states of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas

United States
Primary Point of Contact.:
Lee Ann White
leeann.white@gsa.gov
Secondary Point of Contact:
Carolina D. McGillick
carolina.mcgillick@gsa.gov

 

**********************************

Added 7/11/2018

ESBD POSTING 405-18-B145303, Building C Annex Exterior Cleaning and Restoration Project

The Department of Public Safety (DPS) is requesting bid responses for stone restoration, cleaning and painting of Buildings A, A-Auxiliary Structure (Doghouse) and B Austin Headquarters.

Two Mandatory pre-bid site visits will be held at 5805 N. Lamar, Austin, TX 78752 one on 7/17/2018 at 10:00am and the second on 7/18/18 at 10:00am.
Failure to attend one of the two mandatory site visits will result in the disqualification of bidders bid response. Attendees will be required to sign in.

The posting can be viewed here http://www.txsmartbuy.com/sp/405-18-B145303.

Respectfully,

Toribio Solis, CTCM, CTPM
Contract Specialist IV
Texas Department of Public Safety
Procurement and Contract Services
Major Contracts Branch
Phone: 512-424-2968
Fax: 512-424-5419
Email: toribio.solis@dps.texas.gov