Replace Roof Building 11265
ID: W911SG24B0018Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BLISSFORT BLISS, TX, 79916-6812, USA

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Bliss, Texas, is seeking bids for a firm fixed-price construction contract to replace the roof of Building 11265. This project is specifically set aside for Women-Owned Small Businesses (WOSB) under NAICS code 238160, with an estimated construction cost ranging from $500,000 to $1,000,000. The work will be conducted on-site at Fort Bliss, requiring compliance with all applicable laws and regulations, and is critical for maintaining the integrity of military infrastructure. Interested contractors must submit their bids by 10:00 AM MST on September 9, 2024, and can direct inquiries to Jennifer Contreras at jennifer.m.contreras13.civ@army.mil or Flor Sanchez at flor.f.sanchez.civ@army.mil.

    Files
    Title
    Posted
    The document provides an abstract of offers for a roof replacement project at Building 11265, Fort Bliss, indicated by solicitation number W911SG24B0018. Issued on September 9, 2024, and opened on September 10, 2024, it outlines the bids received from contractors, including JGM Property Group, Inc., with a bid security of 20%. The estimated project cost is $743,000, detailing a government estimate based on reasonable contracting practices. The abstract certifies that all bids have been opened, recorded, and acknowledged regarding amendments. This document serves as a formal record within the federal government's process for evaluating offers in construction contracts, ensuring transparency and accountability in government procurement. It reflects the structured approach taken by federal entities in acquiring services, highlighting the importance of securing competitive bids to fulfill public projects. The summary captures the essential details of the solicitation, offers received, and their financial implications without detailing unnecessary specifics.
    The document is an Abstract of Offers - Construction, specifically designed for federal government solicitations related to construction projects. It outlines the process for collecting and presenting bids when more than two offers are received, adhering to guidelines for federal contracts. The project in question involves the roof replacement of Building 11265, indicating a need for maintenance or structural enhancement. It contains a detailed list of bidders, each accompanied by their bid security and acknowledgment of amendments to the solicitation. Notably, four companies submitted offers, with bid amounts ranging from approximately $242,000 to $807,718. The document underscores the importance of documenting bid information accurately to facilitate decision-making in awarding contracts. This process is vital for transparency and accountability in public procurement, reinforcing the government’s commitment to efficient project completion and fiscal responsibility.
    The document is an Abstract of Offers for a construction project titled "Roof Replacement BLGD 11265." It serves as a supplementary sheet for the official Abstract of Offers - Construction (Form OF 1419) when multiple bids are received. The purpose is to collect and summarize essential information regarding contractor bids, including bid security details and acknowledgment of amendments. The Offers section lists four bidding contractors along with their respective bid securities (all at 20%) and estimated amounts for the project. The bid estimates provided range from $425,688.00 to $490,355.00, with Access Communications Group, LLC, and Southwest Construction & Property Management submitting the highest bids. Moreover, the document outlines the structure necessary for conveying offers, emphasizing the need for additional sheets if contract items exceed 13, ensuring clarity and organization in bid submissions. This document reflects standard practices in government contracting processes, supporting transparency and competitive bidding within federal construction projects.
    The document outlines the amendment to solicitation W911SG24B0018 for a roof repair project at Fort Bliss, Texas, extending the bid submission deadline to September 12, 2024, at 10:00 AM MST. It aims to award a Firm Fixed Price contract to the most advantageous bidder, prioritizing price, and is set aside for Woman Owned Small Businesses. A pre-bid conference is scheduled for August 20, 2024, to clarify bid requirements and facilitate a site visit, which is recommended but not mandatory. Bidders must submit their proposals in a specific format, including a cover sheet, SF 1442 form, price information, letters from bonding companies, and digitally signed drawings, all while adhering to details regarding electronic submissions and bid delivery. The document emphasizes the need for bidders to register with the System for Award Management (SAM) to be eligible for contract awards. The government will retain copies of all unsuccessful bids in line with federal regulations. This solicitation exemplifies the structured approach to government contracting and the prioritization of certain business classifications.
    The document is a sign-in sheet associated with a roof repair project at Ft. Bliss, specifically for Building 11265, dated September 9, 2024. It lists government personnel present, including the Contracting Officer and two Contract Specialists, indicating formal oversight of the process. Additionally, various contractors attending the meeting are noted, featuring names and affiliations such as Carolina Muller from ACCESS COMM GROUP and others from companies like Mountain Star Roofing and Globe Builders Inc. The attendees operate either as prime or subcontractors, which is crucial for understanding their roles in the potential bidding process. This sign-in sheet serves as a record of engagement among potential contractors and government representatives, facilitating the procurement process for the roof repair project. The overall context reflects the government's commitment to maintaining infrastructure and managing contracts efficiently through transparent practices in line with federal and local guidelines. It underscores the importance of collaboration between government entities and private contractors in executing projects vital to national infrastructure sustainability.
    This document outlines a Request for Information (RFI) related to a government contract, enabling contractors to seek clarifications or propose solutions to issues identified within the scope of work. It includes essential fields such as RFI number, dates, contract title and number, subject, requesting party, and signatures from the contractor and Contracting Officer’s Representative (COR). The core purpose of the RFI is to facilitate communication regarding potential impacts on cost and schedule, while also addressing any problems that may arise during the project execution. It allows contractors to present proposed solutions for acceptance or rejection by pertinent departments, such as safety, fire, and environmental. The RFI structure ensures clear documentation of issues and responses, fostering collaborative resolution and maintaining project integrity. Ultimately, this RFI serves as a tool for effective project management and stakeholder engagement throughout the life cycle of the contract.
    The document pertains to the Department of Public Works (DPW) activities at Fort Bliss, Texas, detailing specific construction and engineering requirements for infrastructure related to public safety and efficiency. It includes references to minimum construction standards, flashing height specifications, and necessary coordination with contractors. The text emphasizes compliance with U.S. Army guidelines and highlights the need for precision in the installation process to meet functional and safety standards. Essential notes pertain to project management and internal assessments for progress monitoring. Overall, the document is a solicitation for proposals or bids focused on enhancing public infrastructure quality at the military installation, reflecting the government's emphasis on maintaining safety and operational standards within its facilities.
    The solicitation W911SG-24-B-0018 pertains to the repair of the roof for Building 11265, providing crucial information for contractors interested in the project. Key details include that no core samples or current as-built drawings are available, and the existing structural deck is concrete. Roof work is permitted during business hours, with the requirement that construction takes place only from Monday to Friday. Temporary heating and cooling must be provided while work is ongoing to ensure operational conditions for interior computer/server rooms. Contractors must utilize outside ladders for roof access and staging areas for materials and equipment are designated around the building perimeter. All work must comply with OSHA standards, particularly regarding fall protection installations and anchor point specifications. Indoor storage is unavailable, and contractors are advised to arrange their own restroom facilities while ensuring cleanliness upon project completion. Specific permits may be required depending on construction methods, and there are no taxes or fees associated with most permits. The contract may allow for weather-related extensions at no cost to the government, clarifying contractor obligations and project expectations.
    The document serves as a sealed bid tracking log for various contractors submitting proposals in response to Solicitation # W911SG24B0018. It lists the names of the bidders, the date and time their bids were received, and the individuals involved in the receipt of these bids. Bidders include Joyce Gill-Milaszewski, Roofing Resources Inc., The Roof & Metal Company, M.E. Tafoya Ent, Road Runner Ent, Access Communication Group LLC, Southwest Construction, and Globe Builders. The bids were received on September 9, 2024, from 8:00 AM to 9:44 AM, indicating an organized and time-sensitive evaluation process for the solicitation. The document reflects the systematic approach taken by the government to ensure transparency and fairness in the procurement process, highlighting the competitive nature of bids within federal and local project frameworks. Overall, this log aids in tracking bid submissions for potential future reference and compliance with contracting regulations.
    The document serves as an Invitation for Bids (IFB) for the roof repair project at Building 11265, Fort Bliss, TX, specifically targeting Woman Owned Small Businesses (WOSB). Bidders must adhere to the Federal Acquisition Regulation (FAR) guidelines, including providing a bid guarantee and performance payment bonds. The estimated construction cost ranges from $500,000 to $1,000,000. The project requires a mandatory Superintendent on-site during work, who cannot be subcontracted. Bids must be submitted by 10:00 AM MST on September 9, 2024, at a specified location. A Pre-bid conference is scheduled for August 20, 2024, to clarify bidding requirements. Bid submissions should include multiple documents, such as bond assurances and a list of subcontractors, each in specific formats. Overall, the solicitation sets forth the conditions for participating in the bidding process, highlights the importance of compliance with regulations, and emphasizes the necessity for early communication from bidders regarding any clarifications. This process aims to ensure a competitive environment while promoting opportunities for small businesses within federal contracting parameters.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Construct Corrosion Control Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Texas Air National Guard, is seeking bids for the construction of a new 12,200 square foot Corrosion Control Facility at Joint Base San Antonio – Kelly Field Annex. The project requires comprehensive non-personal construction services, including labor, materials, and supervision, adhering to federal, state, and local codes, with a focus on environmental compliance and military operational standards. This facility is crucial for maintaining military aircraft by providing specialized areas for corrosion treatment, repair, and painting, thereby enhancing the operational readiness of the Air National Guard. Interested small businesses must submit their bids by September 17, 2024, with a contract value estimated between $10 million and $25 million. For further inquiries, potential bidders can contact Mark A. Green at mark.green.23@us.af.mil or Amanda Bogue at amanda.m.bogue.civ@army.mil.
    Information System Facility Phase II
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of Phase II supporting facilities for the previously awarded Information Systems Facility at Fort Worth. This project encompasses the development of an Administrative Facility, Organizational Vehicle Parking Lot, Parking Lot Lighting, Covered Storage Building, extension of Kentucky Avenue, landscaping, and all associated site work outside the 5-foot line of supporting facilities. The construction is vital for enhancing operational capabilities and infrastructure at the site. Proposals are due by September 18, 2024, at 2:00 PM, and interested parties can contact Vernon Valigura at vernon.n.valigura2@usace.army.mil or Robert Buchanan at robert.e.buchanan@usace.army.mil for further information.
    Modular Office Trailer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the provision of a Modular Office Trailer at Fort Bliss, Texas. The contractor will be responsible for delivering a fully operational trailer equipped with utility hookups for water, sewer, and electrical services, along with 35 desks and chairs, and separate latrine facilities for male and female personnel. This procurement is critical for supporting the operational needs of the Joint Task Force North (JTFN) and ensuring compliance with federal regulations and safety standards. The anticipated period of performance spans from September 27, 2024, to September 30, 2027, with a competitive set-aside for Women-Owned Small Businesses (WOSB). Interested parties should direct inquiries to Erik Montgomery at erik.montgomery.10@us.af.mil or Callie M. Spencer at callie.spencer.1@us.af.mil, and must be registered in the System for Award Management (SAM.gov) to participate.
    PSXE222005 Repair Bldg 90100 for Blue Horizons
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the repair of Building 90100 at the Blue Horizons facility located at McGhee Tyson Air National Guard Base in Tennessee. This project, designated as PSXE222005, is a Total Small Business Set-Aside and encompasses comprehensive renovations, including architectural, structural, plumbing, mechanical, electrical, and information technology enhancements to improve the building's operational capabilities. The contract is estimated to be valued between $1 million and $5 million, with a performance timeline of 365 days post-award, and bids are due by September 17, 2024, at 1:00 PM EST. Interested contractors can direct inquiries to primary contact Kristen Phipps at kristen.phipps@us.af.mil or secondary contact Brian Morelock at brian.morelock.1@us.af.mil for further details.
    District Warehouse Roof Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the District Warehouse Roof Replacement project located in Omaha, Nebraska. This project involves the replacement and repair of roofing assemblies for the existing MRPO Warehouse building, which is in a failing state, with a focus on extending the building's useful life and ensuring safety. The estimated construction cost ranges from $1 million to $5 million, and the contract is set aside for small businesses, with a performance timeline requiring work to commence within 10 calendar days and be completed within 90 days after contract award. Interested contractors should submit their bids electronically, adhering to the specified guidelines, and may contact Mika N. Mahyenga at mika.n.mahyenga@usace.army.mil or Lee M. McCormick at lee.m.mccormick@usace.army.mil for further information. A site visit is scheduled for September 10, 2024, as detailed in the solicitation documents.
    DEMOLITION/RELOCATION/INSTALLTION SERVICES T1 Sun Shelters JBSA Randolph
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for demolition, relocation, and installation services for T-1 Sun Shelters at Joint Base San Antonio (JBSA) Randolph in Texas. The contractor will be responsible for transporting three rows (twelve bays) of aircraft shelters to designated footings and dismantling two additional rows (eight bays), which will become the contractor's property post-demolition, all in compliance with the Service Contract Labor Standards. This procurement is set aside exclusively for SBA Certified Women-Owned Small Businesses (WOSB) and emphasizes the importance of adhering to federal contracting regulations and labor standards. Interested parties must submit their quotes by September 17, 2024, following a mandatory site visit on September 12, 2024, and can contact Emily Deck Sanders at emily.decksanders@us.af.mil or Ericka L. McGlone at ericka.mcglone@us.af.mil for further information.
    ECSO Unrestricted Vertical Construction Multiple Award Task Order Contract (MATOC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the ECSO Unrestricted Vertical Construction Multiple Award Task Order Contract (MATOC) aimed at providing design-build and design-bid-build vertical construction services for the Department of Homeland Security's Customs and Border Protection facilities along the southern borders of California, Arizona, New Mexico, and Texas. This procurement is significant as it supports the construction of critical border patrol facilities, with a maximum contract capacity of $1.5 billion over a five-year base period with two option years, and individual task orders not exceeding $150 million. Interested contractors must be registered in the System for Award Management (SAM) and will be evaluated based on a 10% price evaluation for HUBZone businesses, as stipulated by Federal Acquisition Regulation (FAR) 19.1307. Proposals are due by October 15, 2024, and inquiries can be directed to Christopher Preston at christopher.r.preston@usace.army.mil or Nicholas Johnston at nicholas.i.johnston@usace.army.mil.
    Construct Mission Training Center (MTC) Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Texas Air National Guard, is seeking bids for the construction of a 15,200 square foot F-16 Mission Training Center (MTC) facility at Joint Base San Antonio, Texas. The project requires comprehensive construction services, including site work, utilities, and specialized systems, all adhering to federal, state, and local codes, as well as Department of Defense standards. This facility is crucial for enhancing military training capabilities and will be constructed under a Firm Fixed Price contract, with a budget estimated between $10 million and $25 million and a performance period of 540 days post-notice to proceed. Interested small businesses must submit their proposals by 19 September 2024, and inquiries should be directed to Mark A. Green at mark.green.23@us.af.mil or Kirk Swiantek at kirk.m.swiantek.civ@army.mil.
    CSS 90421 - BMA Renovation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is soliciting bids for the CSS 90421 - BMA Renovation project located at the PFC Melvin L. Brown ARC/BMA in Clearfield, Pennsylvania. This opportunity is set aside for small businesses and involves construction work that includes addition, alteration, and renovation of commercial and institutional buildings, with a total estimated price range between $250,000 and $500,000. The project is critical for supporting the U.S. Army 99th Readiness Division and must be completed in accordance with the provided Statement of Work. Interested contractors can reach out to Ryan Nicklous at ryan.p.nicklous.civ@army.mil or by phone at 856-506-1192, or Sharon Wilson-Emmons at sharon.wilson-emmons.civ@mail.mil or 609-562-6405 for further details.
    Material Handling Equipment Lease 10K Forklifts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Mission & Installation Contracting Command (MICC) at Fort Bliss, Texas, is soliciting bids for the lease of eighteen (18) 10,000-pound forklifts to support military operations at Fort Bliss, Fort Cavazos, and Fort Liberty. The contract requires the provision of forklifts without operators, along with maintenance services every 500 operating hours, in accordance with the attached Performance Work Statement (PWS). This procurement is critical for addressing equipment shortages essential for deployment operations and ensuring operational readiness within the Army's logistics framework. Interested small business firms must submit their bids by September 19, 2024, and can direct inquiries to Hasan Williams at hasan.j.williams.mil@army.mil or Jenny Cisneros at jenny.a.cisneros.mil@army.mil.