SICG028-25 Aberdeen Test Center - Radio Tower Geotechnical Exploration
ID: SICG028-25Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL PRISON INDUSTRIES, INCFEDERAL PRISON INDUSTRIES, INCWASHINGTON, DC, 20534, USA

NAICS

Site Preparation Contractors (238910)

PSC

NATURAL RESOURCES/CONSERVATION- SITE PREPARATION (F021)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Justice, through the Federal Prison Industries, Inc., is seeking proposals for a geotechnical exploration project at the Aberdeen Test Center in Maryland, specifically for the construction of a radio tower. The procurement is set aside for small businesses and requires contractors to conduct essential site assessments, including soil testing and safety evaluations, with a completion timeline of 90 days post-award. This project is critical for ensuring the structural integrity and safety of the radio tower, which plays a vital role in communication operations. Interested contractors must attend a mandatory site visit on November 13, 2024, and submit their proposals by December 13, 2024; for further inquiries, they can contact Kimberly Schwinn at kimberly.schwinn2@usdoj.gov or call 202-305-3730.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to the ACH Vendor/Miscellaneous Payment Enrollment Form for UNICOR, Federal Prison Industries, Inc. It outlines necessary details required from potential vendors, including company information, physical address, contact details, and financial identifiers such as the SAM UEI number and Tax Identification Number (TIN). The form emphasizes the importance of being registered and current in the System for Award Management (SAM), a mandatory federal requirement for participation in government contracts, which must be updated annually. Additionally, it addresses shipping preferences, indicating a preference for FOB Destination to ensure timely payment. The document serves as a crucial step for vendors seeking to engage with UNICOR and comply with government contracting protocols, fulfilling necessary compliance and payment requirements.
    The government document outlines a Request for Proposals (RFP) aimed at soliciting bids for a project that seeks to enhance community outreach and engagement initiatives. The primary focus is on improving service delivery through innovative communication strategies, particularly targeting underrepresented populations. Vendors are expected to propose effective methods for outreach, such as digital platforms, workshops, and community events that foster inclusivity. Key requirements include experience in community engagement, a demonstrated understanding of the target demographic, and the ability to assess the impact of outreach activities. Proposals must outline methodologies for evaluating the effectiveness of communication efforts and include a clear budget proposal. The document emphasizes the importance of collaboration with local organizations and agencies to ensure comprehensive service provision. Additionally, it mandates adherence to federal guidelines concerning accessibility and non-discrimination. The RFP represents a strategic effort by the government to increase participation among marginalized communities, providing essential services while ensuring compliance with regulatory standards. Overall, this initiative illustrates the government's commitment to fostering equitable access to resources and services within diverse communities.
    The document is an amendment to a solicitation issued by the Federal Prison Industries (UNICOR), specifically modifying solicitation number SICG028-24. The amendment, which is effective from August 26, 2024, outlines key changes related to mandatory attendance for a site visit, emphasizing that companies must submit attendee details to the Contract Specialist, Kimberly Schwinn, by November 12, 2024, for scheduling purposes. Additionally, a correction to the wage determination dated September 13, 2024, is noted. The amendment stipulates that all other terms and conditions remain unchanged, and a signed copy of the solicitation must accompany proposals submitted by contractors. This document serves to clarify and modify solicitation requirements within the context of federal contracting protocols.
    The document outlines a solicitation (SICG028-25) for a Firm Fixed Price construction contract related to geotechnical exploration for the US Army at the Aberdeen Test Center. The RFP is set exclusively for Small Business participation and aims to conduct essential site assessments for the construction of a radio tower, including soil testing, excavation, and safety evaluations. Prospective contractors must ensure compliance with federal guidelines, including having valid identification and adhering to security protocols at the restricted site. A mandatory site visit is scheduled for November 13, 2024, and contractors are required to inspect the site and submit proposals by December 13, 2024. The contractor must demonstrate past performance on similar projects and provide the résumés of key personnel to ensure adequate experience. The project completion is expected within 90 days of the award, with a comprehensive risk assessment, adherence to safety standards, and proper insurance coverage required. The evaluation will focus on technical capabilities, past performance, and pricing, aligning with federal contracting protocols to maintain transparency and competitiveness.
    The document pertains to a government Request for Proposal (RFP) related to a geotechnical exploration project for a radio tower at the US Army Aberdeen Test Center in Maryland. It indicates a small business set-aside program, promoting participation from smaller enterprises. A site visit is scheduled for November 13, 2024, at 10:30 AM, allowing interested parties to assess project requirements and conditions firsthand. The document lists placeholders for company names, emails, and phone numbers, likely intended for use during the site visit registration process. Overall, this RFP invites small businesses to bid on the geotechnical exploration work, emphasizing transparency and engagement in the federal procurement process.
    The document is an amendment to a solicitation by the Federal Prison Industries, UNICOR, regarding contract ID SICG028-25. It outlines modifications related to the procurement process, effective as of November 20, 2024. The amendment extends the deadline for receiving offers and provides additional documentation, including a Q&A section and a sign-in sheet from a site visit, as attachments to the primary solicitation. Contractors are required to acknowledge receipt of this amendment and submit a signed copy along with their proposals. The amendment ensures that other terms and conditions of the solicitation remain unchanged. It is crucial for compliance purposes and to keep bidders informed about the solicitation’s current status and related documents. This amendment reflects standard practices in federal contracting, focusing on transparency and communication with potential contractors.
    The document addresses several queries related to a government Request for Proposal (RFP) concerning requirements and clarifications for bidders. Firstly, it confirms that although Block 13 of the SF 1442 mentions a bid bond, it is unnecessary for projects valued under $25,000. It emphasizes that signed and dated resumes for the Project Manager and Geotechnical Engineer are required with the proposal, despite Section M not specifying this. Additionally, it clarifies that projects completed within the last seven years can be submitted for past performance evaluation, even if they were not finalized in the last three years, as stipulated in the RFP. Regarding the specialized geotechnical engineering scope, it confirms that experience from key subcontractors can be utilized and will be rated equally to the prime contractor’s experience. This document serves to provide essential clarifications to ensure prospective bidders understand the requirements and can submit compliant proposals for their qualifications and past performance related to the project.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    ProjNet Bidder Inquiry Service Subscription
    Buyer not available
    The Department of Defense, specifically the Department of the Army's Baltimore District, is seeking to procure a subscription to the ProjNet Bidder Inquiry Service to enhance the management of Requests for Information (RFIs) during the solicitation period for construction project acquisitions. This service, provided exclusively by the National Institute of Building Sciences (NIBS), is crucial for facilitating communication between interested parties and the contracting office. The procurement will be structured as a Brand Name only sole source Request for Quotation (RFQ), with a base period of one year and four optional years for continued service. Interested vendors can reach out to Ms. Erica Stiner at erica.j.stiner@usace.army.mil for further details.
    RELAY GROUND STATION - SOUTH (RGS-S) ANTENNA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build contract to construct the Relay Ground Station - South (RGS-S) Antenna at Schriever Space Force Base in Colorado. This project aims to provide essential facilities and infrastructure to support the Space Force's operations, including concrete pads, antenna foundations, utilities, and backup systems, all within a restricted area. The contract is a total small business set-aside under NAICS code 237130, with an estimated construction magnitude between $10 million and $25 million. Proposals are due by December 9, 2025, and must be submitted electronically via the PIEE system; interested parties can direct inquiries to Brian Reynolds at brian.reynolds@usace.army.mil or Monica A. McKensey at monica.a.mckensey@usace.army.mil.
    RBG0001-26 RBG/ SBG Support
    Buyer not available
    The Department of Justice, through UNICOR, Federal Prison Industries, Inc., is seeking proposals for the RBG0001-26 RBG/SBG Support contract, which focuses on providing technical expertise and support for maintaining R2:V3 and RIOS certifications for their Recycling Business Group factories. The contractor will be responsible for various tasks, including product evaluation, sourcing, financial management, and inmate supervision within a correctional environment, requiring a minimum of two years of relevant experience in electronics recycling factory management. This opportunity is a total small business set-aside, with proposals due by December 16, 2025, at 2:00 PM EST, and all inquiries should be directed to Joshua Hassler at joshua.hassler2@usdoj.gov. The contract will be awarded as a firm-fixed-price purchase order, emphasizing compliance with mandatory security requirements and federal regulations.
    FCI Milan - Emergency Surface Blowdown Heat Recovery/DA Controls
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a construction contract focused on the Emergency Surface Blowdown Heat Recovery/DA Controls project at the Federal Correctional Institution (FCI) Milan in Michigan. The project entails providing a temporary Surge/Deaerator System to ensure continuous steam service, including the removal of an existing tank and installation of a new two-tank system with necessary piping, controls, and labor. This initiative is critical for maintaining operational efficiency and compliance with federal regulations in a correctional facility. Interested small businesses must submit their electronic bids by December 12, 2025, at 12:30 PM EST, and are encouraged to attend a pre-bid site visit on November 12, 2025. For further inquiries, contact Kevin Slone at kslone@bop.gov or 202-578-8617.
    Sam Rayburn Switchyard
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – Tulsa, is seeking qualified contractors for the Sam Rayburn Switchyard project located in Sam Rayburn, Texas. This opportunity involves a total turn-key contract focused on repairing and replacing structurally compromised transmission tower foundations, which includes the installation of an integral shoring system, concrete removal and replacement, pressure washing, sealing, and the replacement of bus support poles. The project is critical for maintaining the structural integrity of the switchyard, which plays a vital role in flood control and water supply in Southeast Texas. Interested firms, particularly small businesses including 8(a), HUBZone, SDVOSB, and WOSB, must submit their responses by November 20, 2025, at 2:00 PM CST, detailing their capabilities and relevant experience, with the estimated construction value being less than $1,000,000 and a projected duration of 365 days. For further inquiries, contact Tyler Godwin at tyler.l.godwin@usace.army.mil or Dario Rissone at dario.m.rissone@usace.army.mil.
    Perimeter Fence Replacement at FCI Loretto
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the Perimeter Fence Replacement project at the Federal Correctional Institution (FCI) Loretto in Pennsylvania. This project entails the complete replacement of approximately 7,580 linear feet of perimeter fencing, including the installation of line posts, fence fabric, razor ribbon, gates, and concrete walkways, with a performance period of 924 calendar days from the notice to proceed. The contract is a total small business set-aside, with an estimated project magnitude between $10 million and $25 million, and interested contractors must submit their bids electronically by December 22, 2025, at 11:00 a.m. PST. For further inquiries, bidders can contact Joshua Cortez at j2xcortez@bop.gov or by phone at 623-465-5130.
    Replace Roofs FCI 1 & SPC- FCC Oakdale
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors for a firm-fixed-price construction contract to replace roofs at the Federal Correctional Camp (FCC) Oakdale in Louisiana. The project involves replacing approximately 47,000 sq. ft. of ceiling, 115,000 sq. ft. of standing seam metal roofing, and other roofing systems, with a performance period of 721 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $10 million and $25 million, and bids are due by January 20, 2026, at 11:00 am PST. Interested contractors must be registered in SAM.gov under NAICS code 238160 and should direct inquiries to Patrick Ford at pford@bop.gov.
    Perimeter Fence Replacement at FCI McKean
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract for the Perimeter Fence Replacement project at the Federal Correctional Institution (FCI McKean) in Lewis Run, Pennsylvania. The project entails the complete replacement of approximately 15,000 linear feet of perimeter fencing, including the installation of line posts, fence fabric, razor ribbon, gates, and concrete walkways, with a performance period of 924 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project magnitude between $10 million and $25 million, and bids are due by December 22, 2025, at 12:00 p.m. PST. Interested contractors must be registered in SAM.gov and can contact Joshua Cortez at j2xcortez@bop.gov for further information.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Buyer not available
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the construction of a state-of-the-art laboratory building for the USDA-ARS National Soil Dynamics Research Unit, which will be relocated to the USDA's Research Park in Auburn, Alabama. This project involves not only the main laboratory building but also related utilities, pavements, and optional structures such as a lab annex, greenhouse, and other site features. The construction is critical for advancing agricultural research and enhancing the capabilities of the USDA-ARS in soil dynamics. Interested contractors can reach out to Jillian Saffle at jillian.e.saffle@usace.army.mil or Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details, as the project falls under NAICS code 236220 and is currently in the presolicitation phase.