WVA Fire Station Construction Acquisition
ID: W912DS25RA009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW YORKNEW YORK, NY, 10278-0004, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a new 3 Company Fire Station at Watervliet Arsenal, New York. This project, valued between $35 million and $75 million, requires comprehensive construction services, including adherence to specific architectural, mechanical, and electrical standards, as well as the installation of telecommunications infrastructure and fire safety systems. The fire station will serve critical operational needs for the facility, emphasizing safety and efficiency in its design and functionality. Interested contractors must submit their proposals electronically by 2:00 PM EST on September 16, 2025, and are encouraged to contact Denisse M. Soto at denisse.m.soto@usace.army.mil or Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This amendment outlines the mandatory use of the Resident Management System (RMS) Contractor Mode for the WVA Fire Station contract, facilitating electronic information exchange and contract administration. Contractors must use RMS for various functions, including administration, finances, quality control, submittal monitoring, and scheduling. A key requirement is the readiness to transition to the new Construction Management Platform (CMP) at any time, with no additional cost or time considerations. The document details specific contractor responsibilities for data entry and maintenance within RMS, such as subcontractor information, correspondence, equipment lists, daily reports, payment requests, and quality control tracking. All RMS usage is mandatory, and non-compliance requires corrective action within seven calendar days.
    The WVA Fire Station Amendment 003 outlines comprehensive Quality Control (QC) requirements for construction projects, emphasizing adherence to federal regulations like FAR 52.246-12. The document details the establishment and maintenance of an effective QC system, including the crucial role of the Quality Control Manager, who must be present on-site at all times and holds significant authority to stop non-compliant work. Key aspects include required meetings (QC Plan, Coordination and Mutual Understanding, Weekly QC), a detailed Contractor Quality Control (CQC) Plan, and a three-phase control system (Preparatory, Initial, Follow-Up) for each definable feature of work. The document also specifies personnel qualifications, such as a Bachelor's degree and extensive experience for the QC Manager, and mandates Construction Quality Management (CQM) training for all QC staff. Special Inspections for various disciplines like Civil, Mechanical, Electrical, Structural, Architectural, and Fire Protection are outlined, along with the requirement for independent third-party inspectors like the Registered Roof Observer (RRO). The document stresses thorough documentation, testing procedures, and completion inspections, including punch-out, pre-final, and final acceptance, ensuring all work complies with contractual obligations.
    The WVA Fire Station Amendment 006 outlines temporary construction facilities and controls for the WVAFIRESTATION23 project. Key requirements include submitting a comprehensive construction site plan, traffic control plan, and cybersecurity compliance statements for contractor computers and temporary networks. The document details safety protocols for various DoD Condition of Readiness levels based on wind speeds, specifying actions from normal cleanup to jobsite evacuation. Cybersecurity measures mandate supported operating systems, current anti-malware, and strong passwords for contractor equipment and temporary IP networks, with government access for compliance verification. Temporary signage, traffic control, and fencing specifications are provided for safety and site management. The plan also covers utility services, sanitation, fire protection, and strict rules for employee parking and access roads. Cleanup and restoration of the site to its original condition are required upon project completion.
    This document outlines the specifications for plastic-laminate-clad architectural cabinets for the WVA Fire Station project (Amendment 003, July 29, 2025). It details requirements for materials, fabrication, and installation of laminate-clad custom casework, vanities, and shelving. Key aspects include adherence to ANSI, ASTM, BHMA, CPA, NEMA, SCS, ULE, WDMA, and WI standards, particularly NAAWS 3.1 premium grade quality. The project emphasizes sustainability, with materials potentially contributing to LEED BD+C compliance, and requires third-party certification for sustainable design. Submittals for government approval include shop drawings, product data, samples, and certifications. Fabrication involves specific wood materials (lumber, plywood, particleboard, MDF), various grades of high-pressure decorative laminate, thermoset decorative overlays, and cabinet hardware conforming to BHMA standards. Detailed joinery methods for cabinet components and drawer assemblies are provided, along with requirements for finishes, adhesives, and fasteners. Installation must comply with NAAWS 3.1 premium quality standards, ensuring secure anchoring and proper fitting of components. The project prioritizes durability, safety, and environmental considerations in the construction of interior cabinetry.
    Amendment 003 to the WVA Fire Station project (WVAFIRESTATION23) outlines detailed specifications for board and block insulation, including material properties, installation procedures, and safety precautions. The document references numerous ASTM, ICC, NFPA, SCS, TAPPI, NARA, and UL standards for insulation, vapor retarders, and related accessories. Key requirements include specific thermal resistance, fire protection (flame spread and smoke developed indices), and other material properties like compressive resistance, flexural strength, water vapor permeance, and water absorption. The amendment also emphasizes the use of recycled materials, indoor air quality certifications, and the prohibition of asbestos. Installation guidelines cover preparation, blocking around heat-producing devices, general installation practices, and specific methods for walls, concrete slabs, and perimeter insulation. Crucially, the document mandates rigorous submittals for government approval, including product data, certificates, and manufacturer's instructions, ensuring compliance with specified standards and safety protocols for the WVA Fire Station project.
    The WVA Fire Station Amendment 003 outlines the specifications for mineral fiber blanket insulation, including materials, installation, and safety. It references various ASTM, NFPA, and other standards for product quality, health, and safety. Key requirements include specific insulation types (ASTM C665, Type II), recycled content (75% for mineral wool), and Energy Star labeling. Adhesives and sealants must meet indoor air quality certifications like UL 2818 (Greenguard) Gold or SCS Global Services Indoor Advantage Gold. Installation mandates proper handling, protection from moisture, and adherence to manufacturer instructions. Crucially, it details clearances for insulation around heat-producing devices (e.g., recessed lighting, chimneys) as per NFPA standards and requires respirators for installers, emphasizing compliance with 29 CFR 1910.134. The document ensures proper material delivery, storage, and detailed installation procedures to prevent thermal bridges and maintain air and vapor tightness, particularly for vapor retarders.
    The 'WVA Fire Station Amendment 004' outlines comprehensive specifications for door hardware, covering references, submittals, product requirements, and installation procedures for the WVA Fire Station project. The document details adherence to various standards from ASTM, BHMA, NFPA, SDI/DOOR, NARA (ADA/ABA), and UL for hardware components like hinges, locks, exit devices, cylinders, and electrified hardware. Key aspects include submission requirements for shop drawings, product data, hardware schedules, and keying charts, with a strong emphasis on quality assurance, coordination meetings, and proper delivery. The document specifies materials, finishes, and functional requirements for all hardware, including fire-rated and accessible components. It also outlines installation methods, particularly for weatherstripping and thresholds, and provides detailed hardware sets (H01-H17) with specific quantities, types, and finishes for various door applications.
    This government file, Amendment 004 to WVAFIRESTATION23, outlines the specifications for acoustical ceilings, focusing on materials, performance, and installation. It references numerous ASTM standards for various components like suspension systems, acoustical units, hangers, adhesives, and sealants, emphasizing fire resistance, sound absorption, and light reflectance. The document details requirements for indoor air quality certifications (UL 2818 Greenguard Gold, SCS Global Services Indoor Advantage Gold) for ceiling tiles, adhesives, and sealants. It also specifies recycled content for different types of ceiling tiles and suspension systems. Submittal procedures for shop drawings, product data, samples, test reports, and certifications are clearly defined. Installation guidelines cover temperature and humidity control, surface preparation, and proper placement of components, including provisions for supporting light fixtures and addressing obstructions. The file mandates a 10-year warranty against defects and requires spare tiles for future use.
    The WVA Fire Station Amendment 004 outlines comprehensive specifications for roller window shades, including single and dual roller systems. This document, relevant for federal and state/local RFPs, details strict quality assurance, flammability, electrical, and anti-microbial requirements. It mandates specific submittals such as shop drawings, product data, and test reports for government approval. Key aspects include installer and manufacturer qualifications (10 and 20 years experience respectively), adherence to standards like NFPA 701 and ASTM G21, and detailed product specifications for components like bead chains, rollers, and mounting hardware. The amendment also covers installation accessories, room darkening shade requirements, and explicit instructions for delivery, storage, handling, and a 10-year warranty. The project requires precise field measurements and a clean-up protocol upon completion, emphasizing secure and compliant installation.
    This government file, likely part of an RFP for the US Army Corps of Engineers' "3 Company HQ Fire Station" project in Watervliet, New York, details a comprehensive "Legend of Colors and Finishes" and a "Finish Schedule." The document outlines materials, manufacturers, styles, colors, and sizes for various building components including bases, casework, ceilings, doors, flooring, and wall protection. It specifies finishes for different rooms across the first and second floors, such as apparatus bays, corridors, offices, restrooms, and training areas, indicating specific floor, base, wall, and ceiling finishes for each space. Key details include the use of porcelain tile, rubber base, plastic laminate, solid surface materials, acoustical ceiling tiles, various paints, carpet tile, luxury vinyl tile, and specialized wall protection. The document also provides comments for specific installations, such as shower floor sloping and wall tile patterns, highlighting a detailed plan for interior finishes and material selections for the fire station facility.
    The USACE Baltimore District's Fire Protection Center of Expertise (FP-RCX) has issued a memo to clarify roles, responsibilities, and qualifications for fire protection and life safety (FP/LS) personnel involved in DoD projects executed by the Baltimore District. This initiative addresses confusion arising from conflicting guidelines in UFC and UFGS documents regarding the term "Qualified Fire Protection Engineer" (QFPE). To resolve this, CENAB will no longer use the term QFPE in contract documents. Instead, individual roles and responsibilities for FP/LS systems will be defined according to project type (Design-Bid-Build or Design-Build), as detailed in Tables 1 and 2. Additionally, Table 3 establishes minimum professional qualifications for all FP/LS personnel. All relevant contract documents, including AE Scope of Services and RFPs, are to be updated to reflect these new guidelines. This memo aims to standardize processes within the Baltimore District, pending broader criteria changes.
    This government solicitation outlines the process for amending solicitations and modifying contracts, focusing on a firm-fixed-price construction contract for a fire station at Watervliet Arsenal, NY. The proposal submission deadline has been extended to September 10, 2025. Proposals will be evaluated based on a “Best Value Trade Off” approach, considering technical factors (Past Performance, Proposed Contract Duration, Technical Approach) and a Small Business Participation Plan, which are roughly equal in importance to price. The project magnitude is set between $25 million and $100 million. Offerors must submit proposals electronically, adhering to strict formatting, page limits, and content requirements for each volume, including detailed past performance, schedules, technical approaches, and small business utilization plans. Joint ventures and affiliations have specific submission criteria. Price proposals will be evaluated for fairness and reasonableness, and a bid guarantee is required. The document also details the rating guidelines for each factor and emphasizes the importance of thorough and compliant submissions to avoid rejection.
    The document outlines the 'Furniture, Fixtures and Equipment Package' for the US Army Corps of Engineers' 3 Company HQ Fire Station in Watervliet, New York, with a submittal date of April 29, 2025. It details the comprehensive furnishing and equipment plan for the facility, emphasizing durability and appropriateness for each space. The file includes a statement of design, furniture schedules, furniture type information, and presentation color boards. Key items specified range from appliances like refrigerators and washing machines to various types of beds, chairs, desks, and fitness equipment such as treadmills and ellipticals. The document also lists specific manufacturers and alternate options for each item, along with quantities and designated room locations, ensuring quality and compliance with Army Standards for Fire Stations, particularly for fitness and recreational areas.
    The document details the Furniture, Fixtures, and Equipment (FF&E) requirements for the US Army Corps of Engineers' construction project for the 3 Company HQ Fire Station at the Watervliet Arsenal, scheduled for submission on April 29, 2025. It outlines a comprehensive design statement addressing furniture placement based on end-user feedback and specifications adhering to Army standards. The document includes a furniture schedule that lists various items needed, such as beds, desks, chairs, kitchen appliances, and fitness equipment, with precise quantities and procurement types specified for each asset. Notably, the project emphasizes quality and durability, allowing flexibility in manufacturer selections as long as alternative materials meet the stated design standards. The focus on structured planning demonstrates the Army's commitment to create functional, durable, and compliant spaces conducive to operational efficiency and personnel well-being in the fire station environment. The overall structure serves to facilitate the procurement process while ensuring that all equipment contributes effectively to the intended use of the facility.
    The document, an electrical site plan for the Watervliet Arsenal NY 3 Company Fire Station (PN81503), outlines detailed electrical and telecommunications infrastructure requirements. Key aspects include verifying utility accuracy with the facility manager, ensuring proper burial depths and clearances for new and existing utilities, and providing pull strings for all empty conduits. The plan details the integration of a 13.2KV distribution service, a 750KVA substation, and 600KW diesel backup generators. It also specifies the installation of a six-way concrete-encased PVC duct bank for electrical and telecommunications, including fiber optic cables for the fire central alarm system. A critical responsibility of the contractor is to ensure full installation and operational status of all telecommunications infrastructure from Building 44 to the new fire station before retaining wall construction, including roadway restoration. The project also addresses future EV charging stations, with conduit and pull string routing from Panel AB to handholes. This plan emphasizes strict adherence to codes, coordination with relevant authorities, and comprehensive documentation for electrical and communication systems within a federal government project context.
    The document, a Telecomm Riser Diagram for the Watervliet Arsenal, New York District, outlines the intricate telecommunications infrastructure for a 3 Company Fire Station. It details the installation of fiber optic and copper cabling, conduit sleeves, cable ladder trays, grounding requirements, and various racks for network, data, analog, and voice systems. Key specifications include providing 20-foot service loops for fiber optic cables, utilizing 4-inch EMT conduit sleeves through fire-rated partitions, and incorporating specific types of cables like 24 ST OSP rated single-mode fiber optic service and 50-pair CAT 3 copper backbone. The plan also specifies the routing of cables, termination at patch panels, and grounding procedures. General notes emphasize adherence to National Electrical Code, UFC 3-580-01 criteria, and TIA standards, ensuring proper installation, cable management, and safety protocols for all telecommunication components. The document is crucial for understanding the technical requirements for the installation of telecommunications systems within the facility, including provisions for future wireless router installations.
    The document, a Telecomm Riser Diagram for the Watervliet Arsenal NY, details the telecommunications infrastructure for a 3 Company Fire Station. It outlines the installation of fiber optic and copper cabling, conduit systems, grounding requirements, and equipment racks across the Main Telecom Room (TER) and 2nd Floor TR Room. Key components include 24-strand single-mode and 12-strand multi-mode fiber optic services, 50-pair CAT 3 copper backbone, and a 600-pair Type PE-89 copper service entrance cable. The plan emphasizes providing service loops, fire-rated penetrations for conduits, and specific cabling for various outlets (data, voice, BAS, wireless access points). General notes highlight compliance with NEC, UFC 3-580-01, and TIA standards, plenum ratings for all fiber optic and CAT 6/6A cables, and the future installation of wireless routers by others. The project requires detailed coordination and adherence to strict installation guidelines.
    Ramboll conducted a geotechnical investigation for a proposed fire station at Watervliet Arsenal, NY, contracted by RS&H on behalf of the USACE. The investigation included test pits, geotechnical soil borings, rock coring, and infiltration testing. Subsurface conditions primarily consisted of loose to medium dense brown silty sand, followed by medium hard light gray clay in some areas, and a saturated loose to dense gray sand extending to bedrock. Shale bedrock was encountered at all boring locations. Laboratory testing analyzed soil and rock samples for properties such as Atterberg limits, natural moisture content, particle size distribution, chemical properties for corrosion potential, organic content, unit weight, water content, and uniaxial compressive strength. The report provides detailed findings, including tables of test results and appendices with logs and photos, and emphasizes adherence to engineering standards and limitations of the findings.
    This government file details the sequence of operations for HVAC and exhaust fan systems, along with utility monitoring protocols, likely for a federal or state facility. It outlines run conditions for HVAC units, including cooling (78°F) and heating (68°F) setpoints, and occupant adjustment ranges (±2°F). The document specifies how zone temperature dictates damper modulation and reheating coil valve operation, with alarms for high/low zone and discharge air temperatures. It also defines exhaust fan operation, setting speeds based on occupancy and CO/NOx sensor inputs (50 PPM CO, 25 PPM NOx thresholds), and details emergency HVAC shutdown procedures, which de-energize fans and close outdoor air dampers with exceptions. Furthermore, the file establishes comprehensive monitoring for gas, power, and water usage, requiring data reporting to a DDC system and graphical display at an operator's workstation, along with trending of consumption data. The overarching goal is to ensure efficient environmental control, safety, and resource management within the facility.
    The document, "WVA Fire Station – Solicitation Site Visit Pics – 21 July 2025," is a collection of 20 photographic views taken during a site visit for a fire station solicitation. Each view is accompanied by a brief description indicating the direction of the view and identifying prominent landmarks such as buildings (e.g., B40, B19, Quarters 1 Building, B9, B17, B44, B20, B21, B22, B38, B41, B18), streets (Dalleba, Farley Drive, Gibson Street), parking lots, and other features like the Veteran Memorial and a footpath. The images provide a visual record of the site, capturing various perspectives from different locations and highlighting specific structures and areas relevant to the proposed fire station project. This document likely serves as supporting material for potential bidders or stakeholders, offering a comprehensive visual understanding of the site's layout and surroundings.
    The document consists of a series of site visit pictures related to the WVA Fire Station, taken on July 21, 2025. The images capture various views from different directions around the fire station and nearby buildings, providing visual context for potential government RFPs or grants associated with the station. Each page presents distinct angles, showcasing orientations such as north, south, east, and west, and highlighting features like surrounding buildings (B19, B20, B38, etc.) and parking lots (B40, B44). The file serves to inform stakeholders about the site's conditions and layout, which could be crucial for planning, funding, or development purposes within federal or local government projects. The presentation of detailed visual data aligns with standard practices in federal solicitations, facilitating informed decision-making regarding community safety infrastructure.
    This government solicitation (W912DS25RA009) is an unrestricted, full and open competition with HUBZone preference for the construction of a fire station at Watervliet Arsenal, NY. The project, valued between $35,000,000 and $75,000,000, requires a Project Labor Agreement (PLA) as per Executive Order 14063. Proposals are due by 2:00 PM EST on August 11, 2025, and must be submitted electronically to Denisse Soto and Nicholas Emanuel. A mandatory site visit is scheduled for July 21, 2025. Key requirements include performance and payment bonds, compliance with various FAR and DFARS clauses, and a contract duration of 730 calendar days with liquidated damages for delays. Offerors must also provide past performance information and comply with AT Level I training and E-Verify requirements.
    This document is Amendment 0002 to Solicitation Number W912DS25RA009 for the WVA Fire Station Construction Acquisition at Watervliet Arsenal, NY. The amendment primarily extends the bid due date to August 26, 2025, and the Request for Information (RFI) date to August 4, 2025. It also provides responses to previously submitted RFIs. Key changes include a revised requirement for all offerors to submit a Project Labor Agreement (PLA) with their proposals, rather than only the apparent successful offeror. The project is a 100% unrestricted full and open competition with HUBZone preference, with an estimated magnitude between $35,000,000 and $75,000,000. It clarifies requirements for electronic bid submissions, past performance information, and various technical aspects of the construction, including details on compartmentalized facilities, equipment responsibilities (MUE, FF&E), and fire alarm systems. The amendment also outlines contractor responsibilities for permits, LEED administration, and the minimum percentage of work to be performed by the main contractor. It confirms the project is subject to a PLA and provides anticipated award and notice to proceed dates.
    This government file, Amendment 0003 to W912DS25RA009, pertains to modifications of a solicitation or contract for the Watervliet Arsenal 3 CO HQ Fire Station project. The document extends the deadline for offer submissions and addresses numerous bidder inquiries regarding the project's drawings, specifications, and scope of work. Key changes include revisions to specific drawings (A-602, A-603, A-121, A-122, A-123, A-310, A-501, A-503, A-507, A-510, A-511) and specifications (01 45 00, 06 41 16.00 10, 07 21 13, 07 21 16). The amendment clarifies aspects such as fire alarm system integration, EV charger installation responsibilities, field testing, site contaminants, door schedules, material preferences (MDF over particleboard, HPDL over laminate), window treatments, millwork labeling, utility coordination, and various mechanical and electrical system requirements. It also addresses the inclusion of a biobased products reporting clause and corrects the small business participation goal to 21%. The overall purpose is to provide clarity and updates to potential offerors or contractors, ensuring all parties have accurate and complete information for the Watervliet Arsenal project.
    Amendment 0006 to Solicitation W912DS25RA009 addresses changes and a bidder inquiry for the Watervliet Arsenal 3 CO HQ Fire Station project. The amendment extends the offer receipt date, and bidders must acknowledge its receipt. Key changes include modifications to miscellaneous text in Section 00 30 00 and a revision to Paragraph 1.6.2 of Specification Section 01 50 00, requiring the contractor to furnish a temporary IP network for government use. A bidder inquiry regarding deep excavation for subbase and pavement was answered, explaining that the excavation is necessary to remove soft or loose existing soil layers to prevent intolerable settlements of the reinforced concrete slabs. This ensures a stable foundation by replacing inadequate soil with stiffer layers.
    This amendment (W912DS25RA0090008) to the WVA Fire Station Construction Acquisition project extends the proposal closing date to September 16, 2025. It revises the source selection evaluation criteria, stating that offerors with similar-scope projects not meeting the $25,000,000 magnitude requirement will receive a neutral past performance rating. The amendment clarifies that a Project Labor Agreement (PLA) must be submitted by the apparent successful offeror before contract award, not with the proposal. It also provides guidance on acknowledging amendments, submitting electronic proposals via email, and using updated bid bond forms. The project magnitude remains between $35,000,000 and $75,000,000, with NAICS code 236220 and a size standard of $45,000,000. Additionally, it includes information on CPARS, AT Level I training, E-Verify, and IWATCH training, and addresses a bidder inquiry regarding trench support angles and grating.
    Amendment 0009 to solicitation W912DS25RA009 modifies the original solicitation for the Watervliet Arsenal 3 CO HQ Fire Station project. The purpose of this amendment is to provide changes to the specifications and drawings. Specifically, drawing ET601 has been revised and reissued, and specification section 01 45 00.15 10 has been revised and reissued. Offerors must acknowledge receipt of this amendment by the specified date to avoid rejection of their bid, as failure to do so may result in disqualification in accordance with FAR 14.304. All other terms and conditions of the original document remain unchanged.
    This document is Amendment 0004 to Solicitation Number W912DS25RA009 for the Watervliet Arsenal 3 CO HQ Fire Station project. Its main purpose is to provide responses to Requests for Information (RFIs) from bidders and to implement various changes to the project's drawings and specifications. The bid date remains unchanged. The amendment details revisions to specific drawings (ET-601, I-601, I-602, M1703, A-602, A-604, ES103) and specification sections (08 71 00, 09 51 00, 12 24 13). It addresses numerous bidder inquiries regarding structural components, door hardware, mechanical systems, window treatments, LEED certification requirements, and the provision of a geotechnical report. Key clarifications include specifications for steel elements, confirmation of manual window treatments, the contractor's responsibility for LEED review fees and achieving formal LEED Silver recognition, and the electrical contractor's role limited to pathways for access control and CCTV systems. The document emphasizes the importance of bidders acknowledging the amendment to avoid rejection of their offers.
    This amendment to solicitation W912DS25RA0090005 for the WVA Fire Station Construction Acquisition at Watervliet Arsenal, NY, primarily extends the bid submission deadline from August 26, 2025, to September 3, 2025. It also updates the Project Labor Agreement (PLA) requirements, clarifying that a PLA must be submitted by the apparent successful offeror before contract award, in accordance with Executive Order 14063 and FAR provisions 52.222-33 ALT I and 52.222-34. Key project details remain unchanged, including the 100% unrestricted full and open competition with HUBZone preference, NAICS code 236220 ($45M size standard), and a project magnitude of $35M-$75M. Offerors must acknowledge receipt of this amendment to avoid bid rejection. Instructions for electronic bid submission via email to Denisse Soto and Nicholas Emanuel are provided, with a file size limit of 25MB per email and a recommended submission time of two hours in advance. The contract duration is 730 calendar days, with specific instructions for pricing CLINs and an offer acceptance period of 120 days. The amendment also includes updated requirements for CPARS, AT/OPSEC, E-Verify, and inquiries, with the inquiry submission closing on August 4, 2025.
    The file outlines the solicitation for the WVA Fire Station Construction Acquisition project at Watervliet Arsenal, NY. It seeks bids for a construction contract that is fully open to competition and is structured as a best-value tradeoff, including a preference for HUBZone small businesses. The estimated project cost ranges from $35 million to $75 million, with a project duration of 730 calendar days. All proposals must be submitted electronically by 2:00 PM EST on August 11, 2025, along with a required Project Labor Agreement in compliance with Executive Order 14063. Additional requirements include performance and payment bonds and the submission of proposals covering various work items, including construction, training mezzanine works, and landscaping. The document emphasizes the need for contractors to complete a site visit before bid submissions, ensuring they are aware of the project conditions. Notably, the contractor is expected to perform at least 20% of the total work with its own organization and adhere to strict timelines and legal provisions associated with labor and material standards. This solicitation highlights the government's commitment to fair contracting processes and the importance of safety, compliance, and accountability in construction projects.
    This document is an amendment to a solicitation related to the WVA Fire Station construction project at Watervliet Arsenal, New York. Key changes include the extension of the bid submission deadline to August 26, 2025, and the revision of the Request for Information (RFI) closure date to August 4, 2025. The solicitation encourages full competition with a HUBZone preference and outlines requirements for submitting proposals, including necessary Acknowledgment of Amendments. Additionally, it emphasizes that a Project Labor Agreement (PLA) is obligatory for all bidders. The proposal must adhere to specific standards outlined in the Federal Acquisition Regulation (FAR) and requires past performance information from contractors. Inquiries regarding the solicitation are permitted until the RFI deadline, and responses will be published for all potential bidders. The amendment confirms all other solicitation terms remain unchanged. This document thoroughly details the structural and legal expectations pertinent to the bid, ensuring clarity and compliance among potential contractors competing for the project.
    Amendment 0001 to Solicitation W912DS25RA009 for the Watervliet Arsenal 3 CO HQ Fire Station project, issued on July 29, 2025, extends the offer receipt deadline and provides critical updates. This amendment includes the site visit sign-in sheet from July 21, 2025, site visit photos, and responses to Requests for Information (RFIs). Bidders must acknowledge receipt of this amendment by one of the specified methods: completing items 8 and 15, acknowledging on each offer copy, or via separate communication referencing the solicitation and amendment numbers. Failure to acknowledge may result in offer rejection. Key changes include additional text in Section 00 30 00 - Available Information, specifically for the Watervliet Arsenal 3 CO HQ Fire Station. Two bidder inquiries are addressed: clarifying that a single Quality Control Manager must meet all qualifications outlined in Specification 01 45 00 Section 1.6.2.2, and detailing the contractor's responsibility for installing duct bank and pull string for the EV charger per Drawing ES103. All other terms and conditions of the original solicitation remain unchanged.
    This document outlines Amendment 0001 to solicitation W912DS25RA009 for the construction of the Watervliet Arsenal 3 CO HQ Fire Station. The amendment extends the deadline for offer submissions and provides essential updates, including a site visit sign-in sheet, photos, and responses to bidder inquiries. To acknowledge receipt of the amendment, bidders must utilize specified methods by the stated deadline, as failure to do so may lead to the rejection of their bids. Key changes include an emphasis on maintaining a dedicated Quality Control (QC) Manager on-site at all times, addressing concerns over qualifications spread across multiple individuals. Additional clarifications regarding the installation of duct banks connected to electric vehicle chargers were provided. The document serves to ensure that all potential contractors receive necessary information and maintain compliance with project requirements, emphasizing the government’s commitment to transparency and rigorous construction standards. Overall, it reinforces the procedural aspects of bid acknowledgment, contract modification, and requirements for quality control during the construction project.
    The document outlines the design and project information for the Watervliet Arsenal Three Company Fire Station in New York, designed by the U.S. Army Corps of Engineers. The project is a mixed-occupancy building (business, storage, residential) and will be constructed as a Type II B fully sprinklered building per IBC, featuring unprotected steel columns, CMU mass walls, steel stud backup walls with rigid insulation, and brick veneer cladding. The document includes general notes, a comprehensive sheet list detailing architectural, structural, mechanical, electrical, plumbing, fire alarm, fire protection, and telecommunications plans, as well as site and landscape details. It also provides floor area calculations, indicating a total gross square footage of 31,904 SF across the first floor (23,833 SF), second floor (7,887 SF), and an optional training mezzanine (184 SF). Key instructions for contractors emphasize coordination, adherence to codes and standards, verification of dimensions, and safety protocols.
    This document, identified as Solicitation No. W912D25S0017 and dated April 29, 2025, from the US Army Corps of Engineers, New York District, details air barrier systems for a 3 Company Fire Station at Watervliet Arsenal, NY. The file, titled "AIR BARRIER DETAILS" (Sheet ID A-121), includes various architectural diagrams and specifications. It focuses on the application of fluid-applied and spray foam air barriers, along with rigid insulation, to ensure building envelope integrity. Key details include roof eave designs at high ends, clerestory windows, apparatus bay stud walls, storefronts, and wall-to-roof intersections. The document emphasizes sealing rigid insulation seams and penetrations as part of the overall air barrier system, highlighting the project's commitment to energy efficiency and structural performance. This file is crucial for contractors bidding on federal projects requiring detailed construction and insulation specifications.
    The document, part of Solicitation No. W912D25S0017 for the 3 Company Fire Station at Watervliet Arsenal, NY, details air barrier systems for a new fire station. It outlines various air barrier applications, including continuous fluid-applied air barriers, rigid insulation, self-adhered air barriers, and spray foam air barriers. Key details include connections between different barrier types and materials like concrete slabs, CMU walls, and storefront windows. The plans illustrate wall base details, apparatus bay and day room connections, and corner wall plans, emphasizing continuous sealing for optimal performance. The document highlights the critical role of these systems in the building's envelope, with specific instructions for sealing rigid insulation at seams and penetrations to ensure a complete air barrier system.
    The document, titled "AIR BARRIER DETAILS" for the Watervliet Arsenal NY's "3 COMPANY FIRE STATION" project (Solicitation No. W912D25S0017), provides detailed architectural drawings and specifications for various air barrier components. Prepared by the US Army Corps of Engineers, New York District, the file outlines construction details for translucent fiberglass panels, four-fold overhead doors, double-hung windows, fixed windows, and exterior doors. It specifies the use of rigid board insulation, batt insulation, latex paint, spray foam air barriers, and fluid-applied air barriers. Key details include jamb, head, and sill configurations for windows and doors, emphasizing sealant application and the integration of thermal breaks. A critical note states that rigid insulation seams and penetrations must be sealed as part of the air barrier system. The document serves as a technical reference for contractors, ensuring adherence to air barrier system requirements in the construction of the fire station.
    This government file, likely an attachment to a federal RFP (Solicitation No. W912D25S0017) for the US Army Corps of Engineers' "3 COMPANY FIRE STATION" project at Watervliet Arsenal, NY, details various wall sections (Wall Section 1, 2, 3, 4, and 5) for the building. It provides detailed architectural and structural specifications for exterior and interior walls across different floor levels (First Floor, Second Floor, and optional Training Mezzanine). Key specifications include various insulation types (R-15 rigid, R-13 mineral wool batt), air spaces, brick veneers (4" running brick with articulation, soldier course brick watertable), precast concrete wall accents, cold-formed metal studs, CMU blocks, gypsum board, and continuous air barriers. The file, drawn and designed by C. Ganley and checked by C. Newman, was issued on April 29, 2025, and includes scales and sheet IDs for each section. The document is crucial for understanding the building envelope requirements for the fire station construction.
    This document, part of a US Army Corps of Engineers solicitation (W912D25S0017) for a new 3 Company Fire Station, details various door construction specifications and wall assembly cross-sections. It includes diagrams and notes for exterior and interior door jamb and head details for CMU walls, 10-inch stud walls, and standard partitions. Key components highlighted are gypsum wallboard, metal studs, rigid insulation, air barriers, brick veneer, and specific hardware like dovetail anchors, sealants, and flashing. The document provides crucial technical specifications for contractors, ensuring compliance with construction standards for fire station facilities, emphasizing the precise integration of doors within different wall types for structural integrity and building performance.
    The document, "APPARATUS BAY DOOR AND WINDOW DETAILS," is part of a federal government solicitation (W912D25S0017) for the Watervliet Arsenal NY, New York District, specifically for a "3 COMPANY FIRE STATION" project. It provides detailed architectural and structural specifications for apparatus bay doors and windows. The document includes precise measurements, material specifications, and installation methods for various components such as double wythe soldier course brick, rigid insulation, cold-formed steel studs, air barriers, spray foam insulation, and translucent fiberglass panels. It also details the anchoring systems, flashing, sealants, and bollard placements. Key details cover four-fold overhead door installations, window framing, sill, head, and jamb details, along with requirements for continuous air barriers, weep hole ventilators, and thermal breaks. The purpose is to guide construction and ensure compliance with design standards for the fire station’s openings.
    The document, "A-507 ROOF DETAILS," from the US Army Corps of Engineers, provides detailed architectural drawings for roof construction at the 3 Company Fire Station in Watervliet Arsenal, NY. The file outlines specifications for roof rake and eave details at apparatus bay stud walls and pilasters. Key components include ribbed PVC membrane roofing, metal deck, various layers of rigid and batt insulation (R-30, R-15, R-13), glass matt sheathing, continuous air barriers, and cementitious fascia and soffit boards wrapped with prefinished metal cadding. Structural elements like metal studs, bent plates, and soldier course brick cornices are also detailed, along with air spaces, grout infill, spray foam insulation, and flashing details. The drawings specify dimensions and material applications, emphasizing proper construction for fire station roofs and cornices. This document is crucial for contractors bidding on or executing the construction project, ensuring adherence to specified materials and structural integrity.
    The document, identified as US Army Corps of Engineers Drawing A-510, details various wall construction specifications for the Watervliet Arsenal NY, related to Solicitation No. W912D25S0017 for a "3 Company Fire Station." It outlines specific wall base details for CMU walls (administrative areas), steel-framed walls (apparatus bays), and pilaster base details. Key construction elements include various thicknesses of concrete slabs (6", 10", 12"), multiple layers of rigid insulation (R-10, R-15, R-20, R-3.5 min.), continuous air barriers, damp-proofing, and capillary barriers. The document also specifies the use of brick veneer soldier courses, weephole ventilators, precast concrete sills, and dovetail anchors. Different wall types incorporate CMU blocks, cold-formed metal studs with mineral wool batt insulation, and gypsum wallboard. The details emphasize insulation, moisture protection, and structural connections, crucial for a federal government construction project, ensuring compliance with building standards and performance requirements.
    The document, identified as Solicitation No. W912D25S0017 by the US Army Corps of Engineers, New York District, details architectural specifications for "Louver and MEP Penetration Details" at the Watervliet Arsenal, NY. This government file outlines precise construction requirements for various building components, including weep ventilators, brick facades, metal flashing, air barriers, insulation, and structural elements like CMU bond beams and steel studs. It provides detailed cross-sections for louver installations in both masonry and steel-framed walls, specifying materials such as gypsum wallboard, plywood, and rigid insulation, along with exact measurements for air spaces and component placement. Additionally, the document includes comprehensive designs for duct and pipe penetrations through exterior walls, emphasizing waterproofing membranes, sealants, and clamping flanges to prevent water buildup. The inclusion of scales, sheet IDs, and project information like "3 Company Fire Station" indicates its purpose as a technical drawing package for a construction or renovation project, ensuring adherence to design standards and proper integration of building systems.
    The US Army Corps of Engineers, New York District, issued Solicitation No. W912D25S0017 for a 3 Company Fire Station at Watervliet Arsenal, NY. This document, a Door Schedule Sheet (A-602), details various doors required for the project, including four-fold, aluminum/glass, hollow metal, and wood doors with specified dimensions, fire ratings, materials, and hardware sets. It also notes specific requirements for exterior and pocket doors, and includes general notes on referring to floor plans, specifications for anchoring and hardware, field verification of openings, glazing requirements, and details on storefront doors and finish thresholds.
    The US Army Corps of Engineers' 'DOOR SCHEDULE SHEET' (Solicitation No. W912D25S0017) details door specifications for the '3 Company Fire Station' project at Watervliet Arsenal, NY. The document lists various doors by type, size, material (aluminum/glass, hollow metal, wood, storefront), fire rating, and hardware. Key details include dimensions, frame and hardware sets, and ATFP requirements. Notably, several doors are designated as 'FOUR FOLD DOOR' or 'EXTERIOR DOOR.' General notes provide critical instructions for installation, including referring to floor plans for locations, verifying openings, and adhering to glazing specifications. Manufacturers are required to submit head, jamb, and sill details for storefront doors for approval. The schedule also includes specific remarks for pocket doors and accordion doors, emphasizing manufacturer recommendations. This comprehensive schedule is essential for procurement and installation, ensuring compliance with design and safety standards for the new fire station.
    This government file, titled "DOOR SCHEDULE SHEET" for the Watervliet Arsenal NY, is part of a solicitation (W912D25S0017) by the US Army Corps of Engineers for a 3 Company Fire Station. The document provides a detailed door schedule, outlining specifications for various interior and exterior doors. It categorizes doors by type (e.g., A, B, C, D, F, G, J, K, L, M, N), material (Wood, Hollow Metal, Aluminum, Glass), size (width, height, thickness), fire rating (FR), and sound transmission class (STC). The schedule includes details on frame materials (HM for Hollow Metal), hardware sets, and specific remarks. General notes emphasize referring to floor plans for door locations, specifications for anchoring and hardware, field verification of openings, and glazing requirements (1/2" tempered glass). The document also defines abbreviations used in the schedule. This comprehensive door schedule is essential for procurement, construction, and compliance within the federal government's RFP process for the fire station project.
    The document outlines the window and glazing schedules for the Watervliet Arsenal NY 3 Company Fire Station project, part of US Army Corps of Engineers' federal RFPs (Solicitation No. W912D25S0017). It details various window types (A, B, C, D, E) with their dimensions, levels (First and Second Floor), operation (fixed, double hung), and material (aluminum). Special attention is given to Type E, which is a 1-hour fire-rated window/frame. The glazing schedule specifies types like insulating glass units (tempered, low-E, bird deterrent), single pane tempered glass, and 1-hour fire protection rated glass for fire-rated applications. The document also includes details for storefronts, exterior fixed and operable windows, interior fixed windows, overhead doors, entry doors, and miscellaneous interior doors. Detailed diagrams illustrate interior window head, jamb, and sill details, including specific requirements for fire-rated windows. General notes emphasize referring to floor plans for window locations, specifications for anchoring and glass types, field verification of openings, and bird deterrent film requirements. The overall purpose is to provide comprehensive technical specifications for window and glazing components within the fire station construction project.
    The U.S. Army Corps of Engineers (USACE), New York District, issued a Justification and Approval (J&A) for a brand name procurement of a Plymovent Vehicle Exhaust System for the new 3 CO HQ Fire Station at Watervliet Arsenal, NY, valued at $15,000. This system is crucial for firefighter health and safety by removing hazardous vehicle exhaust. The justification for sole-sourcing Plymovent is based on its unique compatibility with the existing brake pedal activation system on the Arsenal Fire Department's vehicles, which automatically activates the exhaust fan. Using an alternative system would require costly modifications to existing vehicle hardware, risking damage and downtime. Market research conducted via a Notice of Intent (NOI) yielded no alternative sources. The J&A ensures the project avoids unnecessary expenses and delays, maintaining operational effectiveness and compliance with safety standards.
    The document is a Justification Review Document for Other Than Full and Open Competition for the procurement of a Simplex Fire Alarm and Mass Notification System for the 3 CO HQ Fire Station at Watervliet, NY, estimated at $450,000. The U.S. Army Corps of Engineers (USACE), New York District, requires this specific brand to ensure compatibility with the existing sitewide Simplex Fire Alarm Network at Watervliet Arsenal. The justification cites 10 U.S.C. § 2304(c)(1) and FAR 6.302-1(c), emphasizing that no other system can seamlessly integrate and maintain the critical life-safety and mass notification capabilities required by DoD Unified Facilities Criteria. Installing a different system would be cost-prohibitive due to the need to replace all existing systems. Market research was conducted, but no alternative sources were identified. The document includes certifications from technical, requirements, and contracting officers, affirming the accuracy of the justification and the fairness and reasonableness of the cost.
    The document details the design, construction, and operational guidelines for the Three Company Fire Station at Watervliet Arsenal, New York, under the auspices of the US Army Corps of Engineers. It outlines a design-bid-build project with an estimated value between $25 million and $100 million. Key sections specify general requirements, safety protocols, sustainability efforts, and quality control measures. Contractors are expected to commence work within five days of receiving the notice to proceed and to complete the project within 730 days, adhering strictly to safety and environmental standards. The document includes directives regarding access to the military installation, utility management, and contractor responsibilities for existing infrastructure protection. Specifics such as digging permits, work scheduling, compliance with local and federal regulations, and documentation of waste disposal practices reflect the structured approach to ensure safe and effective execution of the project. Additionally, provisions for contractor communication, emergency protocols, and requirements for project oversight by experienced personnel reinforce the importance of compliance with military standards throughout construction.
    The document outlines the project proposal for the construction of a Three Company Fire Station at the Watervliet Arsenal in New York. The design is undertaken by the New York District of the U.S. Army Corps of Engineers. It includes comprehensive engineering and architectural details, specifying construction methods, materials, and design criteria. The building, encompassing a total area of approximately 31,904 square feet, will be of Type II B fully sprinklered construction. The plans detail various components such as fire alarm systems, life safety analyses, and structural requirements, while emphasizing compliance with applicable building codes and standards. The project is designed to serve mixed occupancy needs, including business and storage, with provisions for fire separation between different areas. Additionally, it addresses environmental considerations, utility planning, and site development measurements. Key elements of the proposal include a thorough outline of the necessary drawings and specifications for multiple disciplines—civil, electrical, mechanical, and plumbing—also emphasizing the contractor's responsibilities in project execution and adherence to safety measures. This proposal represents a significant investment in enhancing the fire safety infrastructure, ensuring both functionality and compliance with federal standards.
    The U.S. Army Corps of Engineers seeks to procure a Plymovent Vehicle Exhaust System for the new 3 CO HQ Fire Station at Watervliet Arsenal, NY, under a justification for other than full and open competition due to specific operational and compatibility needs. Priced at $15,000, this system is essential for ensuring firefighter health by effectively managing hazardous vehicle emissions during operations. The decision relies on 10 U.S.C. § 2304(c)(1), which allows for procurement from a single source when no alternatives can fulfill the requirements. The Plymovent system is crucial as it seamlessly integrates with existing vehicle hardware, avoiding costly modifications and potential downtimes. Efforts to procure competing options were undertaken but yielded no viable alternatives; hence, the need for this contracted system is underscored. The completion of this procurement is vital for maintaining operational readiness and safety standards in accordance with applicable regulations. The contracting activities are managed from the New York District, and the process adheres to federal acquisition regulations aimed at ensuring fair and reasonable costs.
    The document outlines a Justification and Approval (J&A) for a contract that focuses on acquiring a Simplex Fire Alarm and Mass Notification System for the construction of the 3 CO HQ Fire Station at Watervliet Arsenal, NY, with an estimated budget of $450,000. The U.S. Army Corps of Engineers (USACE) has determined that only Simplex equipment is compatible with the existing site-wide fire alarm network, a requirement to meet crucial safety standards and ensure effective emergency communication. The J&A is justified under 10 U.S.C. § 2304(c)(1), indicating that only one source can fulfill the requirement due to the proprietary nature of Simplex technology. Efforts to solicit competitive bids were made, but no alternative brands matched the necessary specifications. The document underscores the importance of system integration to avoid operational failures during emergencies, stressing that failure to comply could increase risks to personnel and property. The approvals for this justification were signed by key personnel including the Project Manager and Contracting Officer, confirming the necessity and appropriateness of proceeding with this singular source acquisition.
    Lifecycle
    Similar Opportunities
    Renovation of Building 12 Picatinny Arsenal
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the renovation of Building 12 at Picatinny Arsenal in New Jersey. This project is a total small business set-aside under NAICS code 236220, with an estimated contract value between $5 million and $10 million, and it includes essential renovations and the potential addition of an emergency generator. The procurement process emphasizes the importance of compliance with various technical specifications and safety standards, particularly regarding mechanical and electrical systems, as well as adherence to the Buy American Act. Proposals must be submitted electronically by December 12, 2025, at 2:00 PM EST, to the designated contacts, Monica Coniglio and Matthew Lubiak, with a file size limit of 25MB per email.
    Fort Campbell Design Build to Budget - SABRE Fire Station Market Survey
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting a market survey for a Design-Build to Budget project to construct the SABRE Fire Station at Fort Campbell, TN. This project aims to select a single contractor for the construction of a 9,766 sq ft satellite fire station, which will include essential facilities such as a kitchen, sleeping areas, training room, and apparatus room, all while adhering to a budget ceiling of approximately $7 million. Interested businesses, including Small Businesses, HUBZone, 8A, Woman-Owned, Service-Disabled Veteran Owned, and Large Businesses, must respond to the market survey by December 10, 2025, at 2:00 PM ET, providing necessary documentation and examples of similar projects completed within the last five years. For further inquiries, interested parties can contact Stephanie Drees at stephanie.n.drees@usace.army.mil or Joshua Westgate at joshua.k.westgate@usace.army.mil.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield's lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and repaving of a section of the main runway, all while maintaining operational capabilities throughout the construction period. The estimated contract value ranges between $25 million and $100 million, with a total duration of 852 calendar days for completion. Proposals are due by December 10, 2025, and must be submitted electronically to the designated contacts, Jordan Moran and Nicholas P. Emanuel, who can be reached via email for further inquiries.
    403873 FLW AIT Barracks Complex II Phase 2
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the construction of the Advanced Individual Training (AIT) Barracks Complex II Phase 2 at Fort Leonard Wood, Missouri. This project involves the design and construction of a standard AIT Battalion Complex to accommodate 600 soldiers, including barracks, company operations facilities, and various support structures, while incorporating essential safety and security features. The contract, valued between $100 million and $250 million, requires proposals to be submitted electronically via the PIEE system by January 23, 2026, with a focus on non-price evaluation factors such as Performance Confidence and Management Approach. Interested parties can reach out to Dale Coleman at dale.e.coleman@usace.army.mil or Michael G. France at michael.g.france@usace.army.mil for further inquiries.
    Reconstruction of Thayer Hall at the United States Military Academy, West Point, New York
    Buyer not available
    The U.S. Army Corps of Engineers, New England District, is seeking qualified contractors for the reconstruction of Thayer Hall, a General Instruction Facility at the United States Military Academy in West Point, New York. This project, part of the Academic Building Upgrade Program, aims to modernize academic facilities and address a significant shortage of instructional space by demolishing a 1955 addition and preserving the original 1911 structure, ultimately creating a state-of-the-art facility with various academic and administrative spaces. The estimated construction cost exceeds $500 million, with a planned solicitation in Summer 2026 and demolition/reconstruction commencing in early 2027. Interested firms are encouraged to submit their capabilities packages by December 23, 2025, to Brian Mannion at brian.t.mannion@usace.army.mil.
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information.
    EL-00241-5J, Power and Data for Workstations, Building P10110
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of power and data systems for workstations at Building P10110, located at Fort Drum, NY. This project falls under the Commercial and Institutional Building Construction category and is classified as a HUBZone Set Aside, indicating a preference for small businesses located in historically underutilized business zones. The work involves the repair or alteration of real property, which is crucial for maintaining operational efficiency within military facilities. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W911S226Q4988. For inquiries, Stephen Murray can be contacted via email at stephen.n.murray.mil@army.mil or by phone at 315-772-1977.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This project involves the design and construction of roof and rooftop unit (RTU) replacements, with a base bid and several optional enhancements, including new HVAC controls and a lightning protection system. The work is part of the National Roofing Program and is crucial for maintaining the integrity and functionality of military facilities. Proposals are due by December 12, 2025, at 1:00 PM ET, and interested contractors should direct inquiries to Thomas Nauert or Joshua Westgate via email. The estimated project cost ranges from $1,000,000 to $5,000,000, with awards based on the lowest total price.
    Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the Design-Bid-Build construction of the Advanced Skills Trainee Barracks at the Parks Reserve Forces Training Area in Dublin, California. This project involves constructing a 45,000 square foot facility, with a focus on compliance with safety, environmental, and construction standards, including a mandatory Project Labor Agreement. The barracks are intended to enhance military training capabilities and ensure operational readiness, reflecting the Army's commitment to quality infrastructure. Interested small business contractors must register in the System for Award Management (SAM) and submit proposals by the revised deadline of August 13, 2025, with inquiries directed to Ryan King at ryan.m.king2@usace.army.mil.
    NPS Beach Channel Drive Bulkhead
    Buyer not available
    The U.S. Army Corps of Engineers, New York District, is soliciting proposals for the Design-Build Construction Services for the Beach Channel Drive Bulkhead at Jacob Riis Park, Queens, New York. The project aims to replace the existing bulkhead, which has been rated in "Poor" condition, and to extend its service life for 100 years, while also repaving adjacent multi-use trails and repairing storm drain pipes. This opportunity is significant for maintaining infrastructure in a vital recreational area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit electronic proposals by December 16, 2025, and can contact Monica Coniglio at monica.n.coniglio@usace.army.mil for further details.