ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Natick Building 2 Facade

DEPT OF DEFENSE W911QY-25-R-A020
Response Deadline
Sep 15, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground (ACC-APG) Natick, is soliciting proposals for the repair of the exterior façade of Building 2 at the U.S. Army Natick Soldier Systems Center in Natick, Massachusetts. The project entails extensive work including rust removal, repainting, and replacing various exterior components, with a performance period of 270 calendar days following the notice to proceed. This procurement is a total small business set-aside, with an estimated contract value between $1 million and $5 million, emphasizing the importance of compliance with safety and environmental regulations throughout the construction process. Interested contractors must submit their proposals by September 15, 2025, at 1:00 PM EST, and can direct inquiries to Contract Specialist Martina Biro at alexandra.m.biro2.civ@army.mil or Contracting Officer Brandon Rivett at brandon.j.rivett.civ@army.mil.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Z2EB
REPAIR OR ALTERATION OF MAINTENANCE BUILDINGS

Solicitation Documents

30 Files
B2 MOA for PROTECTION of HISTORICAL PROP.pdf
PDF316 KBJul 22, 2025
AI Summary
The Memorandum of Agreement (MOA) outlines the protocols for the protection of historic properties during standard operations and maintenance at the U.S. Army Soldiers System Center in Natick, Massachusetts. The document establishes the responsibilities of involved parties to ensure compliance with federal regulations concerning historic preservation. It details the processes for assessing potential impacts on historic properties, requiring thorough documentation and coordination among various stakeholders. The MOA aims to safeguard historical integrity while allowing for necessary maintenance activities. Key components include the identification of significant historic resources, procedures for monitoring projects, and strategies for minimizing adverse effects. This agreement underscores the Army's commitment to preserving cultural heritage in conjunction with operational needs.
USAG-Natick-Fillable-Visitor-Request-Form-Dec-2024.pdf
PDF481 KBJul 22, 2025
AI Summary
The document outlines the procedure for requesting unescorted visitor access to the U.S. Army's NSSC (Natick Soldier Systems Center). It requires comprehensive personal information for visitors, including name, date of birth, and address, in accordance with the Privacy Act of 1974. Visitors aged 18 and older must be vetted before entry, while foreign visitors require additional approval through a Foreign Disclosure Officer. The requests must be submitted to the USAG Natick Police at least 24 hours in advance, either via email or fax. Visitors vetted within the last 90 days can access a Visitor Access Roster, while those with derogatory findings will be denied entry. The document emphasizes the importance of protecting personal identifiable information (PII) and provides contact information for inquiries and waiver requests for denied access. This process ensures the security of military installations while accommodating visitor access needs.
Repair Exteriors Building 2 Design-Build Solicitation July 2020.pdf
PDF5156 KBJul 22, 2025
AI Summary
The document outlines a Design-Build Solicitation for the repair of exteriors at Building 2 of the U.S. Army Soldier Systems Center in Natick, Massachusetts. The project's scope includes removing and replacing the existing EIFS façade, upgrading doors and windows to Anti-Terrorism compliant standards, and installing a new roofing system. Contractors are responsible for all design, demolition, and construction work, ensuring compliance with applicable building codes and safety regulations. Key tasks include hazardous material abatement for asbestos and lead paint, improvement of structural elements, and integration of environmental controls. The document emphasizes the importance of field verification of existing conditions prior to design work and requires comprehensive documentation for both design and construction. This solicitation reflects a commitment to maintaining facility integrity while enhancing safety and sustainability standards. Overall, it serves as a detailed guide for contractors bidding on this federal project, ensuring clarity in expectations and compliance requirements.
B2 Repair Building Envelope (Facade) DPW SOW.pdf
PDF455 KBJul 22, 2025
AI Summary
The U.S. Army Installation Management Command is seeking a contractor for a Design-Build project to repair the exterior façade of Building 2 at the Natick Soldier Systems Center. The scope includes design and remediation work, such as repainting, door replacements, and the installation of new materials while ensuring compliance with safety and environmental regulations. The project aims to be completed within 270 days after the Notice to Proceed is issued, with specific hours and conditions for work on the military installation. Contractor responsibilities include submitting design documents for review at varying phases, adhering to stringent security and operational procedures, and maintaining effective communication with the Contracting Officer Representative (COR). The contractor must also implement safety and health plans and ensure the management of hazardous materials and waste according to regulations. After the project's completion, detailed record drawings must be submitted to reflect all changes made during construction. This undertaking reflects the government's commitment to facility improvement while maintaining operational integrity and compliance with applicable laws.
B2 ASBESTOS PCB and PAINT REPORTS.pdf
PDF4743 KBJul 22, 2025
AI Summary
The technical report by SGS North America Inc., dated March 13, 2020, details asbestos, PCB, and paint testing results for Comprehensive Environmental Inc. at the 803-6 NSSC site in Natick, MA. The report contains extensive analysis of samples collected on February 25, 2020, specifically from old metal window caulking. Results indicated no detectable levels of analyzed polychlorinated biphenyls (PCBs) within the samples, with all findings reported on a dry weight basis. The document includes a chain of custody and quality control evaluations, confirming the integrity of samples and adherence to regulatory standards. Key components cover the chain of custody, which ensured proper sample handling and transportation, as well as quality assessments which demonstrated compliance with established laboratory protocols. Various methods and analyses were applied, ensuring thorough examination of environmental contaminants. The report emphasizes compliance with environmental laboratory accreditation programs and state-specific certifications, reinforcing its authority and relevance for regulatory purposes. Overall, the document is essential for informing stakeholders about environmental safety and potential remediation strategies necessary for the site.
B2 SCHEMATIC DRAWINGS and RECORD DWGs.pdf
PDF6198 KBJul 22, 2025
AI Summary
The document pertains to the Building 2 Envelope Replacement project at the U.S. Army Soldier Systems Center in Natick, Massachusetts. Its primary purpose is to facilitate the renovation and upgrading of building envelopes, with detailed schematic and record drawings dating from 1952 to 1993 provided as reference. The project involves comprehensive plans for demolition and new construction, emphasizing that the building will remain occupied during the work to minimize disruptions. Key tasks include the removal of outdated materials such as windows and metal doors, the installation of new insulated systems, and the application of protective coatings. The guidelines also stress the need for contractors to verify existing conditions, maintain structural integrity, and patch any disturbed surfaces to match existing aesthetics. The document outlines significant actions, including the abatement of hazardous materials like asbestos, the responsibility for relocating structures, and ensuring all existing utilities are properly managed during renovation. Overall, this project illustrates the Army Corps of Engineers' commitment to facility modernization while adhering to safety, regulatory requirements, and operational continuity.
Natick ISWMP January 2025.pdf
PDF734 KBJul 22, 2025
AI Summary
The Integrated Solid Waste Management Plan (ISWMP) for USAG Natick outlines strategies to manage solid waste effectively, aiming for waste reduction and compliance with regulations. The plan emphasizes minimizing waste generation, maximizing recycling and repurposing, and meeting objectives aligned with the Army's Net Zero Waste initiative. Key components include establishing responsibilities for various personnel, such as the Garrison Commander and Environmental Office, promoting source reduction and green procurement practices, and executing a single-stream recycling program for different materials. Supporting details illustrate the waste stream composition, including significant percentages of paper and organics, and describe specific management practices for hazardous and nonhazardous solid waste. The document also outlines program promotion efforts to enhance community involvement and training initiatives for personnel. Recordkeeping, tracking metrics, and the use of a solid waste tracking system (SWARWeb) enable data accuracy and compliance monitoring. Overall, the ISWMP serves as a blueprint for USAG Natick's solid waste management operations, addressing environmental protection, regulatory adherence, and the promotion of sustainable practices as part of a broader commitment to reducing waste and enhancing community awareness on environmental issues.
Attachment 9 - Wage Determination Davis-Bacon Act WD MA20250001.pdf
PDF6030 KBSep 4, 2025
AI Summary
No AI summary available for this file.
Attachment 2 - Appendix A B2 SCHEMATIC DRAWINGS and RECORD DWGs.pdf
PDF6198 KBSep 4, 2025
AI Summary
The document outlines the "Building 2 Envelope Replacement" project at the U.S. Army Soldier Systems Center in Natick, Massachusetts, issued as an RFP by the U.S. Army Corps of Engineers, New England District. The project involves comprehensive demolition and new construction work, detailed across schematic and record drawings dated 1952 and 1993, and updated with demolition and new construction plans from June 2020. Key aspects include the removal of existing EIFS systems, windows, doors, concrete ramps, and roofing, with asbestos abatement as needed. New installations will feature metal panel wall systems, low-E glazing aluminum windows, insulated doors, and new roof systems. The project emphasizes maintaining building functionality during construction, coordinating work to minimize disruptions, and verifying all existing conditions. General notes highlight the importance of field verification, structural integrity, and proper repair of any disturbed surfaces.
Solicitation Amendment W911QY25RA0200001.pdf
PDF841 KBSep 4, 2025
AI Summary
Standard Form 30 (SF30) is a crucial document for amending solicitations and modifying contracts within the federal government, specifically for RFPs and grants. It outlines procedures for acknowledging amendments, particularly extending or not extending the offer receipt deadline. Offerors must confirm receipt via specified methods (e.g., returning copies, acknowledging on the offer, or separate communication) to prevent rejection. The form details how changes to submitted offers can be made before the opening. For contract modifications, it specifies various types of changes such as change orders, administrative adjustments, supplemental agreements, or other modifications. The document also includes administrative details like accounting data, identification codes, effective dates, and contact information for both the issuing office and the contractor. Signatures from authorized personnel and the contracting officer are required to validate these changes, ensuring all terms and conditions of the original document remain in effect unless explicitly amended.
Attachment 10 - Building 2 Facade Site Visit Sign In Sheet.pdf
PDF68 KBSep 4, 2025
AI Summary
The document is a sign-in sheet for a site visit related to the W911QY-25-R-A020 RFP, focusing on the Natick Building 2 Façade project. Dated August 20, 2025, it lists attendees from various organizations, including government entities like Natick Contracting Division and USAG Natick, and private companies specializing in construction, engineering, project management, and environmental services. Key roles present include Contracting Officers, Contract Specialists, Project Managers, Estimators, and Superintendents. The sign-in sheet indicates a critical phase in the procurement process for a federal government project, where potential contractors and stakeholders gather information on-site to prepare proposals for the façade renovation. This collaborative site visit ensures all parties understand the project scope and requirements, facilitating accurate bidding and planning for the Natick Building 2 Façade upgrade.
Conformed Solicitation W911QY25RA0200002.pdf
PDF49875 KBSep 4, 2025
AI Summary
The document is a Standard Form 1442, "Solicitation, Offer, and Award (Construction, Alteration, or Repair)," for a federal government Request for Proposal (RFP) concerning the "BUILDING 2 EXTERIOR FACADE" project at 10 General Greene Ave., Natick, MA 01760. This negotiated solicitation, W911QY25RA0200002, issued on August 7, 2025, by W6QK ACC-APG NATICK, seeks offers for the repair of the building envelope. Key requirements include a mandatory performance period of 270 calendar days after receiving notice to proceed, with offers due by September 8, 2025, at 1:00 PM local time. Offerors must provide acceptance for 60 calendar days and are required to furnish performance and payment bonds. The solicitation incorporates various appendices, including a Statement of Work, schematic drawings, asbestos/PCB/paint reports, and a wage determination under the Davis-Bacon Act. The form outlines sections for offeror information, acknowledgment of amendments, and government award details.
Solicitation Amendment W911QY25RA0200002.pdf
PDF13321 KBSep 4, 2025
AI Summary
This document, Standard Form 30, outlines the procedures for amending solicitations and modifying contracts within the federal government. It details how offers must acknowledge amendments, either by returning signed copies, noting receipt on submitted offers, or through separate correspondence, emphasizing that failure to acknowledge prior to the specified deadline may result in rejection. The form also covers changes to already submitted offers. For contract modifications, it specifies different types of changes, including administrative updates and those made pursuant to specific authorities. The document highlights that all other terms and conditions of the original solicitation or contract remain unchanged. Key administrative details such as the amendment/modification number, effective date, issuing and administering offices, and contact information for the contracting officer are also provided.
Attachment 3 - Appendix B Repair Exteriors Building (Facade) 2 Design-Build Solicitation July 2020.pdf
PDF5377 KBSep 4, 2025
AI Summary
The document outlines a Design-Build Solicitation for the "Repair Exteriors, Building 2" project at the U.S. Army Soldier Systems Center (USASSC) in Natick, Massachusetts, issued in July 2020. This project focuses on comprehensive exterior renovations of a 1952-built, 38,880 sq. ft. structure, which includes two climatic chambers and is located within a Cold War era historic district. The scope involves the demolition and replacement of the existing EIFS facade with a new metal panel system, replacement of all doors and windows with Anti-Terrorism compliant glazing, removal and replacement of the EPDM roof, and cleaning/refinishing of the climatic chambers. The project also addresses hazardous materials like asbestos, PCBs, and lead paint. Structural, electrical, mechanical, and plumbing upgrades are detailed, including a new lightning protection system and adherence to various building codes, military specifications (UFCs), and sustainability requirements. The contractor is responsible for all design, construction, and equipment installation/relocation, ensuring compliance with NSSC and USACE standards.
Attachment 4 - Appendix C B2 ASBESTOS PCB and PAINT REPORTS.pdf
PDF4743 KBSep 4, 2025
AI Summary
The provided technical reports from SGS North America Inc. detail environmental testing conducted for Comprehensive Environmental Inc. at 803-6 NSSC, Kansas Street, Natick, MA. The reports cover sampling dates in February, March, and May 2020, focusing on the analysis of building materials for Polychlorinated Biphenyls (PCBs) and lead. The initial report (JD4061) tested old metal window exterior caulking for PCBs, with no hits reported. The second set of analyses (JD5028) expanded PCB testing to northern exterior window caulking, exterior wall panel caulking, window tunnel base caulking, and exterior door caulking, also reporting no detectable PCBs. The final report (JD7271) specifically analyzed a gray paint sample from the wind tunnel, identifying a high concentration of lead at 108,000 mg/kg. All reports include detailed methodologies, quality control data, and chain of custody documentation, indicating adherence to relevant environmental testing standards.
Attachment 7 - Quality Assurance Surveillance Plan Bldg 2 Repair Building Envelope (Facade) 17JUL25.pdf
PDF271 KBSep 4, 2025
AI Summary
The Natick Soldier Systems Center (SSC) Quality Assurance Surveillance Plan (QASP) outlines the government's method for assessing contractor performance for the Bldg. 2 Repair Building Envelope (Facade) Design/Build project. This QASP details surveillance methods, performance objectives, and evaluation criteria to ensure the contractor meets technical requirements, project schedules, and cost controls. Key objectives include removing rust and repainting wind tunnels, replacing main entrances and exterior systems, adhering to contract schedules and safety plans, and providing a one-year warranty on all work. The plan establishes performance standards, acceptable quality levels, and surveillance methods, including weekly meetings and site visits, to monitor progress and ensure compliance. Performance ratings for quality, schedule adherence, and cost control are defined, providing a quantifiable basis for measuring the contractor's effectiveness and ensuring satisfactory project completion.
Attachment 6 - Appendix E Natick ISWMP January 2025.pdf
PDF832 KBSep 4, 2025
AI Summary
The Integrated Solid Waste Management Plan (ISWMP) for USAG Natick Soldier Systems Center (January 2025) outlines current solid waste management practices and future goals. The plan, applicable to all USAG Natick directorates and mission partners, aims to minimize waste generation through source reduction, maximize reuse and recycling, and divert at least 50% of non-hazardous solid waste (excluding C&D) and 60% of C&D waste annually. It emphasizes compliance with federal, state, and Army regulations, including the Army Net Zero Waste strategy. Key responsibilities are assigned to various personnel, from the Garrison Commander to individual units, covering procurement, pollution prevention, and recycling programs. The ISWMP details single-stream recycling, procedures for specific materials (e.g., metals, textiles), and tracks diversion rates using a certified truck scale. It also addresses management of Massachusetts banned wastes and mandates waste management plans for construction and demolition projects to ensure high diversion rates. The document stresses the importance of program promotion, outreach, and training, alongside rigorous recordkeeping and reporting through the SWARWeb system to achieve its waste reduction and diversion objectives.
Attachment 8 - USAG-Natick-Fillable-Visitor-Request-Form-Dec-2024.pdf
PDF486 KBSep 4, 2025
AI Summary
The USAG Form 401 is an NSSC Unescorted Visitor Request form used for vetting and granting unescorted access to the NSSC installation, in compliance with the Privacy Act of 1974 and U.S. Army Directive-Type Memorandum (DTM) 09-012. It requires personal data such as name, date of birth, driver's license information, and addresses for the past five years. The form specifies that all U.S. visitors aged 18 and older must be vetted, while foreign visitors require vetting through a Foreign Disclosure Officer. Submissions can be made via email or fax at least 24 hours prior to the visit. Successful vetting adds the visitor to the Daily Access Roster, maintained at the Main Gate. If derogatory information is found, the visitor is denied entry, and the Installation Point of Contact (POC) is notified. Visitors vetted within the last 90 days are on the Visitor Access Roster, but requests are still needed for those not on the roster or whose vetting has expired. The USAG Natick Police Desk handles inquiries, vetting verification, and waiver requests for denied access.
Attachment 1 - B2 Repair Building Envelope (Facade) DPW SOW.pdf
PDF511 KBSep 4, 2025
AI Summary
This government Statement of Work (SOW) outlines a Design-Build (D-B) project for the repair of the Building 2 exterior envelope (façade) at the US Army Natick Soldier Systems Center (NSSC) in Natick, MA. The project, expected to take 270 days, involves designing and repairing the exterior façade, including rust removal, repainting wind tunnels, replacing doors, storefronts, stairs, exterior lights, and the EFIS system with insulated metal panels. Roof work is explicitly excluded. The contractor is responsible for all labor, materials, and equipment, adhering to strict safety, security, and environmental regulations, including AT Level 1 and iWATCH training, hazardous material handling, and C&D waste diversion. Design documents must be submitted at 35%, 65%, and 100% phases for government review. The contractor must maintain a safe work environment, coordinate with NSSC personnel for inspections and utility shutdowns, and ensure compliance with all applicable codes and standards. Post-completion, the contractor must provide as-built drawings and warranty all work for one year.
Attachment 5 - Appendix D B2 MOA for PROTECTION of HISTORICAL PROP.pdf
PDF316 KBSep 4, 2025
AI Summary
The document, Appendix D, outlines a Memorandum of Agreement (MOA) for the protection of historic properties. Specifically, it details the MOA's purpose in safeguarding these properties during routine operation and maintenance activities at the U.S. Army Soldiers System Center in Natick, Massachusetts. This MOA is crucial for ensuring compliance with historical preservation regulations and mitigating potential impacts on historical assets during ongoing governmental operations.
Conformed Solicitation W911QY25RA0200003.pdf
PDF49833 KBSep 4, 2025
AI Summary
Solicitation W911QY25RA0200003 is a Request for Proposal (RFP) issued by W6QK ACC-APG NATICK for the Building 2 Exterior Facade project at 10 General Greene Ave, Natick, MA. The project requires the contractor to begin performance within 10 calendar days after award and complete it within 270 calendar days after receiving notice to proceed. The solicitation includes a detailed Statement of Work (SOW), schematic drawings, asbestos and paint reports, a Quality Assurance Surveillance Plan, and wage determinations. Offers are due by September 15, 2025, at 1:00 PM local time, and must be open for government acceptance for 60 calendar days. Performance and payment bonds are required, and offers must include the specified number of copies. Amendments to the solicitation have been issued on August 19, August 21, and September 4, 2025.
Solicitation Amendment W911QY25RA0200003.pdf
PDF2440 KBSep 4, 2025
AI Summary
This document, a Standard Form 30 (SF30), details an amendment to Solicitation Number W911QY25RA020, dated August 7, 2025. It outlines the procedures for acknowledging amendments to solicitations and modifications to contracts/orders. Offerors must acknowledge receipt of amendments by completing specific items, acknowledging on their offer copies, or sending a separate communication. Failure to do so may result in the rejection of the offer. The document also provides sections for accounting data, contract modification details, and a description of the amendment/modification. Key personnel involved include Alexandra Biro (email: ALEXANDRA.M.BIRO2.CIV@ARMY.MIL, phone: 520-691-1513) and Brandon Rivett, the Contracting Officer. The amendment is effective as of September 4, 2025, and was issued by ACC-APG Natick.
Attachment 11 - NSSC Site Utilities - 09.03.2025.pdf
PDF1178 KBSep 4, 2025
AI Summary
No AI summary available for this file.
Attachment 15 - Bldg.221 of 102 Handicapped Ramp Sections Jan 2002_20141104_0001.pdf
PDF989 KBSep 4, 2025
AI Summary
No AI summary available for this file.
Attachment 12 - Building 2 Life Safety - Exit Signs.pdf
PDF973 KBSep 4, 2025
AI Summary
The U.S. Army Soldier System Center's Building 2 Life Safety – Exit Signs project involves 100% construction documents for enhancing life safety at the Natick System Soldier Center in Natick, Massachusetts. The project, detailed in drawing G-100, includes a cover sheet, abbreviations, general notes, applicable standards, and a life safety exit sign location plan (LF-100). The plan specifies new LED exit signs with universal mounting, flat sheet acrylic shielding, sealed maintenance-free nickel-cadmium batteries, and self-diagnostic testing. The housing will be solid die-cast aluminum with a finish matching existing structures. Contractors are responsible for verifying site conditions, dimensions, and discrepancies with the Contracting Officer's Representative (COR) before proceeding with work or material orders.
Attachment 1 - B2 Repair Building Envelope (Facade) DPW SOW - Revised 09.04.2025.pdf
PDF559 KBSep 4, 2025
AI Summary
The Statement of Work (SOW) outlines a Design-Build project for the US Army Natick Soldier Systems Center (NSSC), Building 2, focusing on repairing the exterior envelope (façade). The project involves extensive work, including rust removal, repainting wind tunnels, replacing main entrance doors, storefront, exterior doors, roof access stairs, exterior lights, new pipe bollards, concrete stairs/ramps, and replacing the EFIS system with an insulated metal panel system. Notably, all roof work is excluded. The contractor is responsible for providing all labor, materials, and equipment, submitting design documents at various phases, and adhering to a 270-day performance period. Strict security, safety, and environmental regulations, including hazardous material management, waste diversion goals (60% for C&D waste, 100% for organic), and specific fire protection protocols, are mandated. The contractor must also comply with various training, access, and reporting requirements for personnel and project progress. Site visits and verification of conditions are strongly encouraged prior to bidding.
Attachment 16 - Solicitation W911QY25RA020 Questions - 09.04.2025 - Government Responses.pdf
PDF286 KBSep 4, 2025
AI Summary
The "SOLICITATION W911QY-25-R-A020 NATICK BUILDING 2 FAÇADE" document provides answers to 81 questions regarding the Building 2 Façade project. Key aspects include the acceptance of laser blasting for surface preparation and lead paint removal as an alternative, with contractors submitting line-item costs. The project requires the façade Designer of Record to determine the level of work for stair repairs, bollards, epoxy coating, and deteriorated climatic chamber areas, ensuring compliance with regulations and industry-standard warranties for concrete work. The scope is limited to the solicitation, with roof work explicitly excluded from the façade project, though the wall/parapet connection is included. The design submission follows a 35/95/100 model. The project will have an R-Value based on applicable codes, vertical metal panel joints, and a sand/brown color range for panels. SHPO review and concurrence are required for all aspects, despite historical minimal involvement. Tinted glass is specified for windows, which must comply with UFC 4-010-01 DoD Minimum Antiterrorism Standards. Liquidated damages do not apply. The period of performance is 270 days, including the design phase, with no extension for SHPO involvement. CAD drawings are acceptable over Revit models. Past performance for major subcontractors (30% or more of the project) is required, and UEI replaces DUNS numbers. A site visit extension will not be held, and drone operation on base is not allowed. As-built drawings, including an EIFS section and exterior utilities, are provided as new attachments, and a NESHAPs compliant asbestos inspection can be included in design services.
Attachment 14 - Natick Bldg 2 Wall Section EIFS.pdf
PDF170 KBSep 4, 2025
AI Summary
The provided government file is empty, therefore no main topic, key ideas, or supporting details can be identified. Without content, a summary cannot be generated as there is no information to analyze or condense. To provide a summary, content within the file is required.
Attachment 13 - Natick Bldg 2 Facade Project Bidding Question Tree_Shrubs.pdf
PDF122 KBSep 4, 2025
AI Summary
The document, titled "Natick Soldier Systems Center Bldg 2 Repair Exterior Facade Project Response to RFI's, 3SEP25," outlines responsibilities for tree and shrub management during the repair of Building 2's exterior facade. It clarifies that only one specific tree will be removed by Natick personnel, not the contractor. Other trees are to remain, with the contractor responsible for trimming them as required to perform work. One shrub is to be removed by the contractor, while another is to remain and be trimmed by the contractor as needed. This document serves as a response to Requests for Information (RFIs), detailing the division of labor regarding landscaping elements to ensure clarity and efficient execution of the facade repair project.
Solicitation W911QY25RA020.pdf
PDF49853 KBSep 4, 2025
AI Summary
This document is a Standard Form 1442, Solicitation, Offer, and Award (Construction, Alteration, or Repair), for a federal government Request for Proposal (RFP) specifically for the "BUILDING 2 EXTERIOR FACADE" project at 10 General Greene Ave, Natick, MA 01760. The solicitation number is W911QY25RA020, issued on August 7, 2025, by W6QK ACC-APG NATICK. The project involves repairing the building envelope (facade) and includes various appendices such as schematic drawings, previous design-build solicitations, environmental reports (asbestos, PCB, paint), historical property agreements, and waste management plans. Offers are due by 1:00 PM local time on September 8, 2025, and contractors must begin performance within 10 calendar days and complete the work within 270 calendar days after receiving notice to proceed. Performance and payment bonds are required, and offers must remain open for 60 calendar days for Government acceptance.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 22, 2025
amendedAmendment #1· Description UpdatedAug 19, 2025
amendedAmendment #2· Description UpdatedAug 21, 2025
amendedLatest Amendment· Description UpdatedSep 4, 2025
deadlineResponse DeadlineSep 15, 2025
expiryArchive DateSep 30, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W6QK ACC-APG NATICK

Point of Contact

Name
Martina Biro

Place of Performance

Natick, Massachusetts, UNITED STATES

Official Sources