<?xml version="1.0" encoding="UTF-8" standalone="no"?><rss xmlns:atom="http://www.w3.org/2005/Atom" version="2.0">
<channel>
<atom:link href="https://www.rfpmart.com/plumbing-services-supplies-rfp-bids.xml" rel="self" type="application/rss+xml"/>
<title>RFPMart - Plumbing Services and Supplies RFPs</title>
<description>List of Latest Plumbing Services and Supplies RFPs Posted on RFPMart</description>
<copyright>RFPMart LLC</copyright>
<language>en-us</language>
<link>https://rfpmart.com/plumbing-services-supplies-rfp-government-contract.html</link>
<lastBuildDate>Sun, 29 Mar 2026 19:03:47 -0700</lastBuildDate>
<item>
<title>US-FED-00000372042 - Plumbing Repair, Emergency Response, and Technical Support Services - Deadline April 15,2026</title>
<description>PPPL is seeking a qualified contractor capable of providing on–call, plumbing services to support PPPL`s Facilities &amp; Site Services (F&amp;SS) department. The subcontractor will supplement the in–house maintenance team, which performs all preventive maintenance (PM) activities. The subcontractor shall provide complete corrective maintenance and emergency response services for all major potable water and drainage systems. This scope includes, but is not limited to, 24/7/365 emergency leak response, comprehensive piping repairs, advanced diagnostic testing, line camera inspections, and hydromechanical drain clearing across all system types. PPPL`s portfolio includes a mix of plumbing systems including sanitary, storm, domestic, laboratory, gas, and specialty plumbing systems.This requirement includes a (1–hour) emergency service response time. The subcontractor maintain an office located within a 60 mile radius of Princeton NJ 08543A draft copy of the SOW is attached for your review. This is not a solicitation but strictly a sources sought notice to identify qualified sources interested in providing the specified plumbing support services. Please contact Jimmy Russell at [email? redacted] if you are interested in submitting a proposal for this requirement</description>
<pubDate>Sun, 29 Mar 2026 00:00:00 -0700</pubDate>
<link>http://rfpmart.com/1092527-us-fed-plumbing-repair-emergency-response-and-technical-support-services.html</link>
<guid>http://rfpmart.com/1092527-us-fed-plumbing-repair-emergency-response-and-technical-support-services.html</guid>
</item>
<item>
<title>US-FED-00000371322 - Z1DA--619-26-1-5381-0002, Correct FCA Assessment Findings on Failing PLUMBING Conditions for Building 1 (VA-26-00027345) - Deadline April 6,2026</title>
<description>THIS CONSTRUCTION SERVICES PRESOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL (RFP). CONTRACTORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THIS WEBSITE. Project: 619–23–105 Correct FCA Findings on Failing Plumbing Conditions for Building 1 Work Location: Central Alabama Veterans Health Care System at 215 Perry Hill Road Montgomery, AL, 36083 Estimated/Target Completion Period: 1095 days after issuance of Notice to Proceed Construction Magnitude: Between $10,000,000 and $20,000,000 NAICS: 236220 Small Business Standard: $45 Million Set–Aside: 100% Service–Disabled Veteran–Owned Small Business (SDVOSB) Contract Type: Firm–Fixed–Price (FFP) Construction Contact Site Visits will not be arranged during this phase. Submission Criteria/Requirements: Solicitation 36C24726R0039, (including any/all relevant documents, specifications, and drawings), will be posted on or about April 7, 2026, to https://sam.gov/ under Contract Opportunities. Any amendments to the solicitation will be posted solely to this website. It will be the responsibility of the offeror to verify the number of amendments issued. This requirement will be procured utilizing the Lowest Price Technically Acceptable (LPTA). The anticipated award date of the proposed Construction Contract is on or before September 30, 2025. This acquisition is a 100% Set Aside for CertifiedÂ Service–Disabled Veteran–Owned Small Businesses (SDVOSBs). Prospective Contractors are cautioned that a proposal submitted in response to this solicitation must meet the criteria identified in VAAR Clause 852.219–73, VA Notice of Total Set–Aside forÂ CertifiedÂ Service–Disabled Veteran–Owned Small Businesses (JAN 2023) (DEVIATION). Prospective Contractors must comply with VAAR Clause 852.219–75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION). In the case of a contract for Specialty trade construction contractors, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219–73. Any work that a similarly situated subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials is excluded and not considered to be subcontracted. For an SDVOSB to be considered as a prospective contractor, the firm must be certified and listed in the SBA certification database (veterans.certify.sba.gov/) and registered in the System for Award Management (SAM) database (sam.gov) at time of submission of their qualification. A joint venture may be considered eligible as an SDVOSB if the joint venture complies with the requirements inÂ 13 CFR 128.402 and the managing joint venture partner makes the representations under 852.219–73(c). A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph 852.219–73(d) of the clause will be performed by the aggregate of the joint venture participants. Failure of a prospective SDVOSB to meet these certification requirements by the SBA shall result in elimination from consideration. The firm must also report to VETS–4212 Federal Contractor Reporting in accordance with FAR 52.222–37, Employment Reports on Veterans at dol.gov/agencies/vets/programs/vets4212. PROJECT INFORMATION/STATEMENT OF TASK: This project is to remove all dead leg piping sections. Re–apply insulation to all segments of HW piping where insulation is found to be missing. Install one chlorination injection station per floor. Increase temperature in water heaters to 140 F and where no existing mixing valve exists on the water heater, install a mixing valve to prevent scalding. Extend DHWR piping to within 6 feet of all fixtures and install small mixing valves at each sink/lavatory to allow increased HW supply temperature in piping to sink/lavatory. Replace DHW recirculation pumps to accommodate a larger flow rate. Install chiller (either air–cooled or include cooling tower and condenser water system), heat exchanger, chilled water pumps to chill all incoming domestic water down to below 68 F. Insulate all existing and new CW piping associated with new chilled conditions. Install insulated CW recirculation (DCWR) piping loop parallel to existing CW piping throughout the entire building. Install a continuous–monitoring system on incoming domestic water to monitor pH, chlorine levels, and temperature. The Project 2nd Floor and the patient areas on the 3rd floor at the Central Alabama Veterans Health Care System at 215 Perry Hill Road Montgomery, AL, 36083</description>
<pubDate>Wed, 25 Mar 2026 00:00:00 -0700</pubDate>
<link>http://rfpmart.com/1090402-us-fed-z1da--619-26-1-5381-0002-correct-fca-assessment-findings-on-failing-plumbing-conditions-for-building-1-va-26-00027345.html</link>
<guid>http://rfpmart.com/1090402-us-fed-z1da--619-26-1-5381-0002-correct-fca-assessment-findings-on-failing-plumbing-conditions-for-building-1-va-26-00027345.html</guid>
</item>
<item>
<title>US-FED-00000370727 - J046--Plumbing Flushing Services - LLVAHCS - Deadline March 30,2026</title>
<description>Sources Sought Announcement: This is a SOURCES SOUGHT ANNOUNCEMENT ONLY , it is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources–sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential sources capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the Unique Entity ID number (f) Cage Code (g) Tax ID Number (h) Type of business, e.g. small or other, as appropriate and (i) must provide a capability statement that addresses the organization s qualifications and ability to perform as a contractor for the work described below in italics. The Loma Linda VA Healthcare System located at 11201 Benton Street, Loma Linda, CA 92357, is seeking a qualified contractor who can fulfill a requirement to provide all labor, materials, tools, equipment, engineering, and services for the flushing of all plumbing fixtures located within designated high–risk areas throughout the facility, including sinks, toilets, showers, and dialysis ports. The purpose is to remove any stagnant water and sediment buildup within the plumbing system. No Government equipment will be used by the Contractor. Important Information: The Government is not obligated to – nor will it pay for or reimburse any costs associated with responding to this sources–sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109–461 to consider a total set–aside for Service–Disabled Veteran Owned Small Business set aside. However, if response by Service–Disabled Veteran Owned Small Business firms proves inadequate, an alternate set–aside or full and open competition may be determined. No sub–contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 238220 ($19 Million). Notice to Potential Offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM. Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be VetCert certified by the SBA located at Veteran Small Business Certification (sba.gov) . All interested Offerors should submit information by e–mail: [email? redacted] All information submissions to be marked Attn: Mirna Gastelum Romero Contract Specialist and should be received no later than 15:00 pm MST on the due date found on page 1 of this sources sought notice.</description>
<pubDate>Sun, 22 Mar 2026 00:00:00 -0700</pubDate>
<link>http://rfpmart.com/1088938-us-fed-j046--plumbing-flushing-services---llvahcs.html</link>
<guid>http://rfpmart.com/1088938-us-fed-j046--plumbing-flushing-services---llvahcs.html</guid>
</item>
<item>
<title>US-FED-00000368578 - Z1DA--Improve Sub-Basement Plumbing and Air Quality - 541-24-103 - Deadline March 13,2026</title>
<description>Presolicitation Notice Pre–solicitation Notice Page 4 of 4 Presolicitation Notice *=Required Field Pre–solicitation Notice Page 1 of 4 Page 1 of 2 Project 541–24–103 Improve Sub–Basement Plumbing and Air Quality. This project replaces lift pumps, sump pumps, pits and other plumbing deficiencies in the sub–basement of the main medical center. Project also addresses air quality issues resulting from building expansion that has limited fresh air flow through the sub–basement. Ongoing projects have impeded egress, lighting and ventilation of the area. All plant labor, equipment, materials, and incidentals shall be furnished by the Contractor. The Contractor shall perform all work in a manner that will maintain the safe usage of adjacent space for patients, staff, and visitors to the Louis Stokes Cleveland VAMC at all times. All OSHA and NFPA codes shall be followed. All employees of general contractors and subcontractors shall comply with VA security management program and obtain permission from the VA police, be identified by project and employer, and restricted from unauthorized access. SET–ASIDE INFORMATION: This solicitation will be issued pursuant to the authority under Public Law 109–461 (38 U.S.C. 8127) and is a 100% Set–Aside for Service–Disabled Veteran–Owned Small Business (SDVOSB). The SDVOSB must be small under the relevant North American Industrial Classification Standard (NAICS) code and MUST be registered and verified in the following websites: https://search.certifications.sba.gov/advanced, http://www.vetcert.gov, www.sam.gov, to name a few, to be eligible for award. Bidders MUST ensure registration on these websites is accurate, complete and have not expired prior to bid opening date. Project magnitude is between $10,000,000.00 and $20,000,000.00. The NAICS code is 238220 and the business size standard is $19 million. In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.219–10(a), the SDVOSB is required to perform a minimum of 25% of the construction work on the project. Duration of the project shall not exceed 251 calendar days from receipt of the Notice to Proceed (NTP). BONDS in form of Bid, Payment and Performance will be required. SITE VISIT: a one–time–only site visit will be scheduled, and that information will be in the solicitation package. The solicitation documents will be posted at the Government Point of Entry (GPE) www.sam.gov website on or about April 1, 2026, with bid opening approximately 30 days later. Dissemination of the solicitation, specifications and drawings is limited to electronic medium. All interested Bidders (primes &amp; subcontractors) should register at www.sam.gov so others will know of your interest in participating in this procurement and for automatic receipt of updates or amendments. A Bidder`s mailing list WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Bidders responsibility to register at the www.sam.gov website. SOLICITATION AMENDMENTS: Amendments to the solicitation will be posted at www.sam.gov. Paper copies of the amendments will NOT be individually mailed. By registering to &amp;ldquo;Watch This Opportunity&amp;ldquo;, you will be notified by e–mail of any new amendments that have been issued and posted. No other notification amendment will be provided. Bidders are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers as prescribed by FAR 52.214–3, Amendments to Invitation for Bids. Bidders should re–visit the Website periodically to look for updates. All requests for information are required to be in writing to the Contracting Officer and shall be received within the time specified in the solicitation documents; no telephone inquiries will be accepted. It is the interested bidders responsibility to be sure your questions were received in the contracting office for a response, prior to the cut–off period. Questions received after the cut–off period will not receive responses. Questions may be emailed to [email? redacted] The Contracting Officer cannot guarantee that a response to e–mailed questions will be received.</description>
<pubDate>Sat, 28 Feb 2026 00:00:00 -0800</pubDate>
<link>http://rfpmart.com/1079493-us-fed-z1da--improve-sub-basement-plumbing-and-air-quality---541-24-103.html</link>
<guid>http://rfpmart.com/1079493-us-fed-z1da--improve-sub-basement-plumbing-and-air-quality---541-24-103.html</guid>
</item>
<item>
<title>US-FED-00000368198 - Task Order Agreement (IDIQ) for Mechanical Construction Services (Plumbing, Heating, and Air-Conditioning Contractors) at Brookh - Deadline March 11,2026</title>
<description>DescriptionBrookhaven Science Associates (BSA) is seeking qualified small business contractors for an upcoming Task Order Agreement to provide Mechanical Construction Services at Brookhaven National Laboratory (BNL).Services include, but are not limited to: installation, modification, and repair of domestic hot and cold water systems; low pressure steam systems; sanitary, waste, and vent systems; chilled and condenser water systems; refrigerant systems; packaged rooftop units; split systems; air handling units; fan coil units; ductwork systems; insulation for piping and ductwork; mechanical room renovations; equipment replacement; demolition of mechanical systems; and related mechanical construction work in accordance with project–specific drawings and specificationsWork will be performed on active laboratory and institutional facilities and will require compliance with applicable federal, state, and local codes, DOE requirements, and BNL site–specific safety and work planning proceduresInterested contractors are invited to submit a statement of interest along with a capabilities statement to BSA`s Contract Specialist, Stephen Johnston, at [email? redacted] Please include your SAM.gov Unique Entity Identifier (UEI).</description>
<pubDate>Thu, 26 Feb 2026 00:00:00 -0800</pubDate>
<link>http://rfpmart.com/1078700-us-fed-task-order-agreement-idiq-for-mechanical-construction-services-plumbing-heating-and-air-conditioning-contractors-at-brookh.html</link>
<guid>http://rfpmart.com/1078700-us-fed-task-order-agreement-idiq-for-mechanical-construction-services-plumbing-heating-and-air-conditioning-contractors-at-brookh.html</guid>
</item>
<item>
<title>US-FED-00000367652 - DAFB Plumbing Survey - Deadline February 27,2026</title>
<description>THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY436TH Contracting Squadron is seeking information concerning the availability of small business concern contractors capable of providing the following services:Description of Services – The contractor shall provide all management, tools, supplies, equipment, and labor necessary to perform a detailed inspection of all designated drain and vent lines. The work shall include, but not be limited to, the following activities:System Inventory: Catalog all surveyed lines, noting their location, size, material, and function.Inspection: Conduct a thorough condition assessment and visual examination of all pipes, fittings, cleanouts, and support identifying external signs of leakage, corrosion, or physical damage.Video Inspection: Perform a video camera inspection of the internal surfaces of the sanitary sewer drainpipes within the facility to identify and document pipe conditions.Performance Testing: Assess system performance through functional tests, such as flow tests, to evaluate drainage efficiency and identify potential venting issuesWork shall comply with all applicable commercial and US military standards/specifications as well as Federal, State, and local laws and regulations.Please see the attached Performance Work Statement (PWS) for a more in depth overview of the required services. Please provide current business size standard (e.g. Large or Small Business), Small business socioeconomic status (if applicable), and applicable NAICS codes.</description>
<pubDate>Mon, 23 Feb 2026 00:00:00 -0800</pubDate>
<link>http://rfpmart.com/1076943-us-fed-dafb-plumbing-survey.html</link>
<guid>http://rfpmart.com/1076943-us-fed-dafb-plumbing-survey.html</guid>
</item>
<item>
<title>US-FED-00000366260 - Plumbing Services - Deadline February 17,2026</title>
<description>Provide plumbing services to support three portable Forensic LARCs. See attached for details.</description>
<pubDate>Sat, 14 Feb 2026 00:00:00 -0800</pubDate>
<link>http://rfpmart.com/1073888-us-fed-plumbing-services.html</link>
<guid>http://rfpmart.com/1073888-us-fed-plumbing-services.html</guid>
</item>
<item>
<title>US-FED-00000366174 - C1DA--CORRECT MECHANICAL &amp; PLUMBING DEFICIENCIES - Deadline February 26,2026</title>
<description>DESCRIPTION: This is a Pre–Solicitation Notice for the establishment of an Architect–Engineering (A–E) Design Contract with services to be performed at the Charles George VA Medical Center located at Asheville, NC 28805. This requirement is being executed under a 100% Set–Aside to Service–Disabled Veteran Owned Small Business (SDVOSB) firms. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF–330s. The SF–330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, scroll down to locate and click on the SF–330 hyperlink entitled, Architect–Engineer Qualifications. Interested firms should submit their SF–330, Parts I and II, to [email? redacted] The SF–330s are due no later than 8:00 AM, EST, February 10, 2026. SCOPE OF WORK: The Western North Carolina VA Healthcare System (WNCVAHCS) requires an Architect/Engineer (A/E) design firm to perform the design and provide construction documents and associated specifications for the correction of mechanical and plumbing FCA deficiencies in Building 47 at the Charles George VA Medical Center. Intent The A/E firm shall perform the design to provide construction documents for all facets of the complete construction and activation of corrections to the mechanical and plumbing deficiencies as detailed in the Facility Condition Assessment report for Building 47 at the Charles George VA Medical Center. The component plan sets shall address items throughout the 330,000 square foot main Building 47. OFFERORS WILL BE EVALUATED ON THE FOLLOWING CRITERIA: The submitted SF–330 s shall be a maximum of 30 total pages. All necessary information to meet the 5 criterions shall be contained within those 30 pages. The submitted SF–330s will be evaluated on the following criteria: This acquisition will be in accordance with FAR Part 36.602–1 and VAAR Part 836.601–1. The following evaluation criteria will be used to evaluate SF 330 technical proposals: The A/E must demonstrate its qualifications with respect to the published evaluation criteria for all services. Evaluation Criteria (1) through (4) are considered the most important and listed in descending order of importance; Criteria (5) and Criteria (6) are of significantly less importance than (1) through (4) but the associated value of 1 through 4 are in a declining value and order of importance. Criterion (1) is the highest with Criterion (5) and (6) being the lowest. (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in medical facility design; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project; if application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. (6) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. CRITERION 1 – Professional Qualifications necessary for satisfactory performance of required services. Offerors will be evaluated in terms of the qualifications, competence and experience of the key personnel and technical team proposed to accomplish this work. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Provide a balanced licensed and or certified workforce in the following disciplines Engineers specializing in Mechanical and Electrical Engineering and Architectural design. Submission requirements: Provide resumes for all proposed key personnel. Resumes are limited to one page each and should cite project specific experience and indicate proposed role in this contract. Provide professional registration, certification, licensure and/or accreditation. Indicate participation of key personnel in example projects in the SF–330 Part 1 Section G. CRITERION 2 – Specialized experience and technical competence in the type of work required, including, where appropriate, experience in medical Facility design. Offerors will be evaluated on specialized experience and technical competence in the performance of services like those anticipated under this contract about: Special knowledge of mechanical systems, ductwork, controls and plumbing systems at Medical Facilities Experience working in and around an operational Hospital Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Â Submission requirements: Provide up to five (5) projects completed or substantiall</description>
<pubDate>Tue, 24 Feb 2026 00:00:00 -0800</pubDate>
<link>http://rfpmart.com/1073802-us-fed-c1da--correct-mechanical--plumbing-deficiencies.html</link>
<guid>http://rfpmart.com/1073802-us-fed-c1da--correct-mechanical--plumbing-deficiencies.html</guid>
</item>
<item>
<title>US-FED-00000365366 - Mechanical Electrical Plumbing A/E IDIQ - Deadline February 18,2026</title>
<description>Request for Information/Sources Sought Notice for Providers ofMechanical/Electrical/Plumbing (MEP) Architectural &amp; Engineering (AE) IDIQNotice ID: AMD–SSN–26–0007Contract Opportunity Type:Sources SoughtResponse Date: 12:00 PM EST February 18, 2026Product Service Code:C211 – ARCHITECT AND ENGINEERING– GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNINGNAICS Code:541330 – Engineering ServicesBackground:This is a notice to request information from industry to help the U.S. Department of Commerce, National Institute of Standards and Technology (NIST) determine the availability and capability of small businesses and other than small businesses to provide MEP Architectural Design Services for various Research and Development (R&amp;D) buildings at its Gaithersburg, Maryland campus.This notice is strictly to request information for market research purposes to help NIST determine the appropriate acquisition strategy for this requirement. This notice shall not be construed as a solicitation, obligation, or commitment by NIST.Overview:NIST is seeking capability statements from interested Small Business, Small Disadvantaged Business, Certified HUBZone, Woman–Owned, and Service–Disabled Veteran–Owned. Businesses other than small business are encouraged to provide a response. See attached draft Statement of Work (SOW).A&amp;E Services performed for NIST generally include, but are not limited to, planning, evaluation, design and engineering services for the maintenance, modification, and improvement of specialized facility mechanical and electrical systems, post construction award services, construction management services.Most R&amp;D buildings are technically sophisticated laboratory facilities with specialized environmental and utility systems required for research and experimental activities. Laboratory facilities typically utilize specialized controls such as uninterrupted power, compressed gas systems, clean–room technologies, and tight–tolerance air temperature control systems for the conduct of research and experimental studies.Utilities are distributed to the individual buildings by underground pipe and electrical distribution systems from central plant services owned and operated by NIST. NIST campus facilities provide chilled water, steam, and compressed air from a centralized utility generation plant located on the campus. Commercial high–voltage electricity is received at a main sub–station and distributed radially by multiple facility spot networks. Laboratory facilities typically utilize specialized services such as uninterrupted power, compressed gas systems, clean–room technologies, and tight–tolerance control systems for conducting research.Existing buildings are 3–60 years old and generally steel superstructure with block and brick wall construction. Several facilities have specialized layouts with below grade concrete sub–basements and/or combination window/panelized storefront façade. Facility interior and exterior rehabilitation and renovations are continuous as buildings and systems age, or scientific projects require new layouts to accommodate on–going research.Location:</description>
<pubDate>Wed, 04 Feb 2026 00:00:00 -0800</pubDate>
<link>http://rfpmart.com/1069785-us-fed-mechanical-electrical-plumbing-ae-idiq.html</link>
<guid>http://rfpmart.com/1069785-us-fed-mechanical-electrical-plumbing-ae-idiq.html</guid>
</item>
<item>
<title>US-FED-00000363596 - Plumbing, Heating, and Air Conditioning Services BPA for USACE Pittsburgh District - Deadline January 28,2026</title>
<description>BLANKET PURCHASE AGREEMENTPLUMBING, HEATING AND AIR CONDITIONING SERVICESU.S. ARMY CORPS OF ENGINEERSPITTSBURGH DISTRICTThe U.S. Army Corps of Engineers, Pittsburgh District, has a requirement to acquire an unknown quantity of Plumbing, Heating And Air Conditioning Services under a Blanket Purchase Agreement (BPA). The Pittsburgh District jurisdiction includes 22 navigation locks and dams and 16 multi–purpose flood–damage reduction reservoirs, a remote operations site and a maintenance and repair facility in Pennsylvania, Ohio and West Virginia. Work may also be requested throughout the Lakes and Rivers Division. The intent of the BPA is to provide the Government with a cost–effective rapid–response method to maintain the facilities within the U.S. Army Corps of Engineers (USACE) Pittsburgh District. Services will be requested through purchases made under this BPA that shall be referred to as Calls. The work covered under this BPA may include (but is not limited to) the following major tasks (or combinations of tasks):Interior plumbing repairs and installation (potable and non–potable water and sewage systems, copper, plastic and ductile iron lines and fittings)Exterior plumbing repairs and installation (water and sewage systems, copper, plastic and ductile iron lines and fittings)Sewage lift station (pump station and air ejector) system repairs, servicing, installation and related electrical servicesUnderground water and sewer line leak detectionTrenching and excavation of underground water and sewage linesCleaning and inspection of underground sewage linesNatural gas, propane and electric water heater repairs, servicing, installation and related electrical servicesHeating, ventilation and air conditioning repairs, servicing, installation and related electrical servicesNatural gas, propane, fuel oil and electric heating system repairs, servicing, installation and related electrical services (including forced air, overhead infrared, hot water boilers and unit heaters)Heat pump repairs, servicing, installation and related electrical servicesMini split system repairs, servicing, installation and related electrical servicesHVAC controls and thermostats repairs, servicing, installation and related electrical servicesDuctwork repairs, servicing and installationDuctwork cleaningSelected BPA holders are expected to comply with all technical, safety and security requirements required in the BPA and individual BPA Calls. The establishment of the BPA does not imply any agreement on the part of the Government to place future Calls with any BPA holder. The Government makes no representation as to the number of Calls or actual amount of work to be ordered.</description>
<pubDate>Fri, 23 Jan 2026 00:00:00 -0800</pubDate>
<link>http://rfpmart.com/1064933-us-fed-plumbing-heating-and-air-conditioning-services-bpa-for-usace-pittsburgh-district.html</link>
<guid>http://rfpmart.com/1064933-us-fed-plumbing-heating-and-air-conditioning-services-bpa-for-usace-pittsburgh-district.html</guid>
</item>
<item>
<title>US-FED-00000363121 - Y1NZ-- 644-25-039 Plumbing Infrastructure Repairs Building 1, 8, and Exterior - Phoenix AZ - Deadline January 23,2026</title>
<description>SYNOPSIS: INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2), this Sources Sought Notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the Plumbing Infrastructure Repairs Buildings 1, 8, and Exterior Design–Build project at the Carl T. Hayden VA Medical Center located at 650 E. Indian School Road in Phoenix, AZ 85012. PROJECT DESCRIPTION: This project is to replace existing sewer and vent piping that has failed/deteriorated along with some heat exchangers, steam piping, condensate pipe, associated valves and traps, and tank system. The project, at minimum, will consist of replacing failed sewer lines and vents in Buildings 1, 8, and on the campus grounds with other equipment associated to waste and heat exchanger equipment, associated pipe, valves, traps, insulation, strainers, controls, etc. The scope includes providing all professional architectural and engineering (A/E) services necessary to develop complete drawings, specifications, cost estimates, project phasing site visits and construction period services associated with various plumbing throughout the campus grounds of the Carl T. Hayden VA Medical Center. Conduct preliminary project scope meetings and site survey investigations to develop the necessary elements for conceptual layout schemes with proposed alternatives consistent with the VA s project team goals as prioritized during preliminary project meetings, field surveys and studies. The C&amp;A requirements do not apply, and a Security Accreditation Package is not required. The contractor shall also provide all material, labor, equipment, project phasing, site visits, and supervision necessary to complete the construction of the project. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm–fixed–price contract utilizing the design– build approach in FAR Part 36.3 Two–Phase Design–Build Selection Procedures. This project is planned for advertising in FY26. In accordance with Veterans Affairs Acquisition Regulation (VAAR) 836.204, the magnitude of construction is between $1,000,000 and $2,000,000. The North American Industry Classification System (NAICS) code 236220 (size standard $39.5 million) applies to this procurement. The duration of the project is currently estimated at 274 calendar days from the issuance of a Notice to Proceed. However, the results and analysis of the market research will finalize the determination of the procurement method. The type of socio–economic set–aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to include the following information: Section 1: Provide company name, DUNS number and Unique Entity Identifier (UEI), company address, Point–of–Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 236220. Also, provide business type (i.e., Large Business, Small Business, Service–Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women–Owned Small Business, Hub Zone Small Business, etc.). Section 3: Provide a Statement of Interest in the project. Section 4: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. Letter should include single award limit, aggregate limit and available bonding capacity. *Please ensure that the individual bonding capacity is in line with the VAAR Magnitude of Construction listed above. Section 5: Provide the type of work your company has performed in the past in support of the same or similar requirement. This section is IMPORTANT as it will help to determine the type of socio–economic set–aside, if any. Please provide the following in your response: No more than three (3) contracts that your company has performed within the last seven (7) years that are of comparable size, complexity, and scope of this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates. Provide specific examples that relate aspects of previous projects to the proposed project. Describe specific technical skills and key personnel your company possess to fulfil 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 descriptio</description>
<pubDate>Fri, 16 Jan 2026 00:00:00 -0800</pubDate>
<link>http://rfpmart.com/1062496-us-fed-y1nz---644-25-039-plumbing-infrastructure-repairs-building-1-8-and-exterior---phoenix-az.html</link>
<guid>http://rfpmart.com/1062496-us-fed-y1nz---644-25-039-plumbing-infrastructure-repairs-building-1-8-and-exterior---phoenix-az.html</guid>
</item>
<item>
<title>US-FED-00000362995 - 644-26-001 Plumbing Infrastructure Repairs Ext Site D-B - Phoenix, AZ - Deadline January 23,2026</title>
<description>644–26–001 Plumbing Infrastructure Repairs Ext Site D–B – Phoenix, AZ</description>
<pubDate>Fri, 16 Jan 2026 00:00:00 -0800</pubDate>
<link>http://rfpmart.com/1062367-us-fed-644-26-001-plumbing-infrastructure-repairs-ext-site-d-b---phoenix-az.html</link>
<guid>http://rfpmart.com/1062367-us-fed-644-26-001-plumbing-infrastructure-repairs-ext-site-d-b---phoenix-az.html</guid>
</item>
<item>
<title>US-FED-00000360050 - J045--Plumbing and Pipefitting inspection and repair services Blanket Purchase Agreement - Deadline December 26,2025</title>
<description>The Department of Veteran Affairs intends to solicit for the following service: Plumbing and Pipefitting inspection and repair services The Government intends to award a Firm–Fixed Priced Blanket Purchase Agreement (BPA) resulting from the solicitation to the responsive offeror whose offer conforms to the solicitation and will be most advantageous to the government in terms of price and other considered factors. The solicitation will be set aside for Service–Disabled Veteran–Owned Small Businesses (SDVOSBs) that have the capability to fulfill this requirement according to the limits of subcontracting. Solicitation 36C24126Q0131 will be available for download on December 12, 2025. The closing date will be December 26, 2025 at 12 PM EST time. Copies of the solicitation will not be available for mailing. All prospective offerors must be registered in System for Award Management (SAM) prior to award of the contract. Registration may be accomplished at www.sam.gov . Questions concerning this solicitation may be directed to Contracting Officer Issa Shawki at [email? redacted] by December 22, 2025. Questions submitted after this date may not be answered by December 26, 2025. The applicable NAICS code is 238220.</description>
<pubDate>Mon, 15 Dec 2025 00:00:00 -0800</pubDate>
<link>http://rfpmart.com/1053001-us-fed-j045--plumbing-and-pipefitting-inspection-and-repair-services-blanket-purchase-agreement.html</link>
<guid>http://rfpmart.com/1053001-us-fed-j045--plumbing-and-pipefitting-inspection-and-repair-services-blanket-purchase-agreement.html</guid>
</item>
<item>
<title>US-FED-00000359979 - C1DA--NRM-AE 630-26-801 Plumbing GF Mitigation (Design) - Deadline January 15,2026</title>
<description>Sources Sought Notice Page 1 of Sources Sought Notice Page 8 of 8 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 2 THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT The Department of Veterans Affairs is seeking a qualified Architect–Engineering (AE) firm to provide Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, Shop Drawing Review, and all other related information for Project No. 630–26–801 Design PLUMBING GF MITIGATION located at the Margaret Cochran Corbin– Campus 423 E 23rd Street, New York, NY10010. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 Engineering Services and small business size standard of $25.5 Million. Magnitude of Construction is between $5,000,000 and $8,000,000. This is a 100% Service–Disabled Veteran Owned Small Business Set Aside. Potential contractors must be registered in SAM (www.sam.gov) at time of submission of their qualifications to be considered for an award. The design will be completed in such a manner that the estimated construction cost is within the VA budget. It is not expected that any new space will be added to the existing building footprint. The anticipated award date of the proposed A–E Contract is on or before April 30, 2026. Prospective Contractors must be registered and verified in SBA s Small Business Search and https://www.sam.gov and at time of submission of their qualifications in order to be considered for an award. NOTE: Offerors are referred to VAAR 852.219–11(d)(1) Services. The Contractor will not pay more than 85% of the amount paid by the government to it to firms that are not SBA–listed SDVOSBs as set forth in 852.219–10. In order to assure compliance with this clause, all firms submitting a SF330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e., SDVOSB, VOSB, 8(a), large, etc.). In order to assure compliance with FAR Clauses, 852.219–75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (NOV 2022) and VAAR 852.219–73 VA Notice of Total Service– Disabled Veteran Owned Small Business Set Aside (NOV 2022), all firms submitting a SF 330 for this notice are required to indicate what percentage of the cost of contract performance will be expended on the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other consultant/subcontractor or otherwise used small or large business entity(s). Any consultant/subcontractor or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e., SDVOSB, VOSB, 8(a), small, large, etc.). Failure to provide this information will deem the firm s SF 330 submittal as nonresponsive and preclude further evaluation. All A/E firms are advised that in accordance with VAAR 836.606–71 the total cost of the production and delivery of designs, plans, drawings and specifications shall not exceed six (6) percent of the estimate cost of construction. Other A–E fees are not included in the six (6) percent. Additionally, FAR Clause 52.236–22 (c) – Design Within Funding Limitation, will be applicable to this procurement action. SCOPE OF SERVICE REQUIRED: The New York Harbor Healthcare System (NYHS)–Margaret Cochran Campus is seeking a contract to design and mitigate plumbing issues in the ground floor west. The facility faces repetitive floods during heavy rain, creating unsanitary and unsafe conditions for staff and visitors in this area. Currently, there are 2 sewers lines connected to a combine sewer manhole located at the periphery of the building. OPC ground floor bathroom G632 and G633 constantly get clogs. The objective is to engage an Architectural Engineer (AE) to investigate GF WEST and GF OPC existing sewer drains issues at the Margaret Chocran Campus, 423 E 23 Street, New York NY 10010, identify the FboNotice causes, develop cost–effective and compliant solutions, and prepare comprehensive design and construction documents for the construction repairs of the selected solution. Scope of work (SOW): The AE shall provide professional services in the following phases: Phase 1: Investigation and Analysis Site Visits: Conduct thorough site inspections and sur</description>
<pubDate>Mon, 15 Dec 2025 00:00:00 -0800</pubDate>
<link>http://rfpmart.com/1052930-us-fed-c1da--nrm-ae-630-26-801-plumbing-gf-mitigation-design.html</link>
<guid>http://rfpmart.com/1052930-us-fed-c1da--nrm-ae-630-26-801-plumbing-gf-mitigation-design.html</guid>
</item>
<item>
<title>US-FED-00000357076 - J045--Plumbing and Pipefitting inspection and repair services Blanket Purchase Agreement - Deadline November 19,2025</title>
<description>This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 238220, (J045) with a size standard $19 million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Plumbing and Pipefitting inspection and repair services per the Statement of WorkÂ below. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 12PM EST, November 19, 2025. All responses under this Sources Sought Notice must be emailed to [email? redacted] with Sources Sought #36C24126Q0079 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E–mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #:Â ___________________________________________________ CAGE Code: __________________________________________________________________ SAM Registered: (Y / N) Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ SOCIO–ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women–Owned Small Business: (Y / N) Women–Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET–ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Statement of Work General This is a solicitation for a Basic Purchasing Agreement (BPA) for Plumbing and Pipefitting inspection and repair services that could be used to issue individual Task Orders (TO s) for service to each VA Medical Center (VAMC) listed below under stations, with more stations potentially to be added at a later date. The purpose of this solicitation is for interested vendors to provide quotes that could lead to a single–award VISN–Wide BPA or a multiple–award VISN–Wide BPA, in order to allow eligible VAMCs to meet future plumbing and pipefitting work requirements. The duration of the BPA will be 5 years from date of award. The Statement of Work details the basic requirements of the resulting BPA. There is no guarantee of work orders to be placed off the BPA. Work may be ordered off the BPA on a Task Order (TO) basis, generally of either a job or annual basis with defined work requirements. The contractor will be required to provide 24/7 response to </description>
<pubDate>Fri, 14 Nov 2025 00:00:00 -0800</pubDate>
<link>http://rfpmart.com/1043263-us-fed-j045--plumbing-and-pipefitting-inspection-and-repair-services-blanket-purchase-agreement.html</link>
<guid>http://rfpmart.com/1043263-us-fed-j045--plumbing-and-pipefitting-inspection-and-repair-services-blanket-purchase-agreement.html</guid>
</item>
<item>
<title>PLUMBING-0996 - USA (Freeport, Texas) - Insta-Valve Installation Service  - Deadline October 23,2025</title>
<description>(1) Vendor needs to provide insta–valve installation service to the government authority located in Freeport, TX.&amp;nbsp;&amp;nbsp;&amp;bull; Site assessment of valve installation locations.&amp;bull; Supply and delivery of insta–valves of sizes 6&amp;ldquo;, 8&amp;ldquo;, 10&amp;ldquo;, and 12&amp;ldquo; as specified in the bid.&amp;bull; Excavation, installation, and pressure testing of insta–valves at the designated locations.&amp;bull; Post–installation testing to ensure proper function of insta–valves and compliance with project specifications.&amp;bull; Preparation of an as–built report with details of the final installation.</description>
<pubDate>Thu, 02 Oct 2025 00:00:00 -0700</pubDate>
<link>http://rfpmart.com/1028801-usa-freeport-texas-insta-valve-installation-service-rfp.html</link>
<guid>http://rfpmart.com/1028801-usa-freeport-texas-insta-valve-installation-service-rfp.html</guid>
</item>
<item>
<title>EXTRA-56684 - USA (Delran, New Jersey) - Assessment and Evaluation Services - Deadline August 13,2025</title>
<description>(1) Vendor needs to provide advertisement assessment and evaluation services to the government authority located in Delran, NJ.– Provide Assessment and Evaluation firm to help solve the disproportionality and explore the best models.</description>
<pubDate>Thu, 17 Jul 2025 00:00:00 -0700</pubDate>
<link>http://rfpmart.com/1001030-usa-delran-new-jersey-assessment-and-evaluation-services-rfp.html</link>
<guid>http://rfpmart.com/1001030-usa-delran-new-jersey-assessment-and-evaluation-services-rfp.html</guid>
</item>
<item>
<title>US-FED-00000347387 - Septic and Plumbing Replacement Services - OK - Deadline August 4,2025</title>
<description>Septic and Plumbing Replacement Services with possible Remediation Services – OK</description>
<pubDate>Wed, 16 Jul 2025 00:00:00 -0700</pubDate>
<link>http://rfpmart.com/1000119-us-fed-septic-and-plumbing-replacement-services---ok.html</link>
<guid>http://rfpmart.com/1000119-us-fed-septic-and-plumbing-replacement-services---ok.html</guid>
</item>
<item>
<title>US-FED-00000345336 - Plumbing work for remodeling of a kitchen - Deadline August 28,2025</title>
<description>The American Embassy in Vienna intends to remodel the embassy kitchen, kitchen size~ 50sqm. As part of this project the sub–project &amp;ldquo;Plumbing work for remodeling of kitchen&amp;ldquo; is solicitated.This sub–project includes, but is not limited to, the following tasks:Execution planningDisconnection existing equipment/appliancesRemoval– and disposal existing cold–, hot– and drainage pipesDelivery and installation cold–, hot– and drainage pipesCommissioningTestingDocumentationEstimate size of the project: estimated construction cost per range according to FAR 36–204: less than $ 25,000.</description>
<pubDate>Sat, 12 Jul 2025 00:00:00 -0700</pubDate>
<link>http://rfpmart.com/997224-us-fed-plumbing-work-for-remodeling-of-a-kitchen.html</link>
<guid>http://rfpmart.com/997224-us-fed-plumbing-work-for-remodeling-of-a-kitchen.html</guid>
</item>
<item>
<title>US-FED-00000345011 - NAF Lodging Plumbing BPA - FA301625Q0173 - Deadline July 23,2025</title>
<description>The contractor shall provide all materials, tools, equipment, personnel, supervision, vehicles and other items necessary to perform plumbing repairs at Joint Base San Antonio (JBSA) lodging facilities on Lackland and Randolph. The plumbing repairs required under this Blanket Purchase Agreement (BPA) include but not limited to: repair/replace lavatory faucets, commodes/toilets, backflow assemblies, cartridges, flush valves, drains, water pipes, shower stems, wall–mounted drinking fountains, showerheads, repair gas lines, air flows, clean out sewage lines, replace cutoffs, valves, tub assemblies, sink aerators, sinks, urinals, water filter changes on fountains and backflow inspection/certification as defined in this Statement of Work (SOW). The contractor shall perform to the standards in this contract and shall be bonded and licensed in the state of Texas. Contractor will follow manufacturers or industries recommended steps for replaceme</description>
<pubDate>Sat, 12 Jul 2025 00:00:00 -0700</pubDate>
<link>http://rfpmart.com/996899-us-fed-naf-lodging-plumbing-bpa---fa301625q0173.html</link>
<guid>http://rfpmart.com/996899-us-fed-naf-lodging-plumbing-bpa---fa301625q0173.html</guid>
</item>
<item>
<title>US-FED-00000343658 - USCG REPFAC HVAC, Plumbing, and Electrical Preventative Maintenance - Deadline July 25,2025</title>
<description>https://marketplace.unisonglobal.com/fbweb/fbobuyDetails.do?token=HoEbqVZgF1rJlJ1P%2BcX7A4cCNVH42vWCYAAAAAHeAAgAgTFCGg%2FFzzqQbJAAyVXBA0Or</description>
<pubDate>Thu, 10 Jul 2025 00:00:00 -0700</pubDate>
<link>http://rfpmart.com/994734-us-fed-uscg-repfac-hvac-plumbing-and-electrical-preventative-maintenance.html</link>
<guid>http://rfpmart.com/994734-us-fed-uscg-repfac-hvac-plumbing-and-electrical-preventative-maintenance.html</guid>
</item>
<item>
<title>US-FED-00000341646 - J041--688-25-3-459-0208-PLUMBING SHOP HVAC - Deadline July 11,2025</title>
<description>REQUEST FOR QUOTE (RFQ)</description>
<pubDate>Sat, 05 Jul 2025 00:00:00 -0700</pubDate>
<link>http://rfpmart.com/991573-us-fed-j041--688-25-3-459-0208-plumbing-shop-hvac.html</link>
<guid>http://rfpmart.com/991573-us-fed-j041--688-25-3-459-0208-plumbing-shop-hvac.html</guid>
</item>
<item>
<title>US-FED-00000340409 - Shipboard Bathroom Plumbing Parts - Deadline July 9,2025</title>
<description>Pursuant to the authority at FAR 12.603(c)(2):(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.(ii) The solicitation number for this is N0018925QPLUM and will be issued as a request for quotation (RFQ).(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025–04.(iv) The Government intends to negotiate a 100% small business set–aside, as a firm–fixed–price (FFP) purchase order for bathroom plumbing parts and supplies. The associated NAICS code is 332913 with a small business size standard of 1,000 employees.(v</description>
<pubDate>Fri, 04 Jul 2025 00:00:00 -0700</pubDate>
<link>http://rfpmart.com/990242-us-fed-shipboard-bathroom-plumbing-parts.html</link>
<guid>http://rfpmart.com/990242-us-fed-shipboard-bathroom-plumbing-parts.html</guid>
</item>
<item>
<title>US-FED-00000324929 - Blanket Purchase Agreement (BPA) for General Plumbing Services - Deadline June 16,2025</title>
<description>The U.S. Department of State, U.S. Consulate General Cape Town, seeks qualified plumbing contractors to enter into a Blanket Purchase Agreement (BPA) for the provision of general plumbing services. The BPA will cover routine plumbing maintenance, emergency repairs, leak detection, installation of fixtures, and related services at U.S. Government facilities in Cape Town.The Government intends to establish one or more BPAs with qualified vendors to meet recurring needs on an as–needed basis. This is not a contract; rather, it is an agreement to provide services under specified terms and conditions when requested by the Government through BPA Calls.Submission Instructions:Quoters must submit the following:- Completed SF–1449, with all applicable blocks filled and signed- Company name entered on Page 2 of the BPA (next to &amp;ldquo;BPA Holder&amp;ldquo;)- Each page</description>
<pubDate>Thu, 05 Jun 2025 00:00:00 -0700</pubDate>
<link>http://rfpmart.com/975573-us-fed-blanket-purchase-agreement-bpa-for-general-plumbing-services.html</link>
<guid>http://rfpmart.com/975573-us-fed-blanket-purchase-agreement-bpa-for-general-plumbing-services.html</guid>
</item>
<item>
<title>US-FED-00000314107 - Expression of Interest - Plumbing Renovations Residential PR15341661 - Deadline June 2,2025</title>
<description>Expression of Interest – Plumbing Renovations Residential PR15341661The U.S. Government requests companies with the proficiency and financial means to bid on the Plumbing Renovations at 2 Residential properties ( PR15341661.)Tasks described under section 6: Project requirements.Complete pipe work and accessory replacement throughout the residence.ALL NEW PIPE WORK TO BE DONE.All Plumbing and associated to be replaced.Exclude: Sewer line, gulleys, covers, Main water line.Full renovations; (Pipe work, tile work, etc. full key turnover)Master bathroom.Bathroom 1.Kitchen.Installation of two heat pump geysers and circulation pumps. (Power points excluded).A compulsory site meeting will be held at the following address:152 Orion str, Orio</description>
<pubDate>Sun, 18 May 2025 00:00:00 -0700</pubDate>
<link>http://rfpmart.com/957141-us-fed-expression-of-interest---plumbing-renovations-residential-pr15341661.html</link>
<guid>http://rfpmart.com/957141-us-fed-expression-of-interest---plumbing-renovations-residential-pr15341661.html</guid>
</item>
</channel>
</rss>