Fort Leonard Wood and LORA Asphalt IDIQ
ID: W911S7-24-B-0005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT LEONARD WOODFORT LEONARD WOOD, MO, 65473-0140, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)

Set Aside

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

    The Department of Defense, through the Army's Mission and Installation Contracting Command at Fort Leonard Wood, is soliciting bids for the Fort Leonard Wood and LORA Asphalt IDIQ contract, which focuses on the repair and replacement of asphalt surfaces. This contract, set aside for small businesses under NAICS code 237310, aims to enhance infrastructure at Fort Leonard Wood and the Lake of the Ozarks Recreational Area, with an estimated value between $30 million and $40 million over a five-year period, including a Base Year and four Option Years. Contractors are required to start physical work by December 31, 2024, and must submit sealed bids by September 11, 2024, along with a 20% Bid Guarantee. For further inquiries, interested parties can contact Blia Vue at blia.vue.civ@army.mil or Victor E. Richards at victor.e.richards.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications for the repair and replacement of improved surfaces at Fort Leonard Wood and the Lake of the Ozarks Recreation Area. It includes detailed sections on general requirements, site work, and specific material applications such as coal tar emulsion slurry and asphalt slurry seal. Key points focus on the scope of work, which includes the provision and replacement of asphalt surfaces, sequencing of tasks, scheduling, utility management, safety protocols, and necessary permits. It emphasizes that all work must comply with specified standards, including the requirement for submittals demonstrating material compliance and performance. The contractor is responsible for coordinating schedules with the government and maintaining site safety and environmental compliance. The document outlines specific protocols for material delivery, handling, and ensuring quality through field measurements. Additionally, it provides guidance on the contractor's liability for property damage and waste disposal responsibilities. Overall, this file serves to inform potential contractors about the detailed requirements and responsibilities necessary to carry out the construction work, emphasizing compliance, safety, and quality assurance in accordance with government standards.
    The document outlines the specifications for the repair and replacement of improved surfaces at Fort Leonard Wood and the Lake of the Ozarks Recreation Area. It details the contractor's responsibilities, including provision of labor, equipment, and materials while complying with local regulations and obtaining necessary permits. The project focuses on asphalt work, detailing processes like sealing, asphalt treatments, and maintenance of traffic safety during construction. Key topics include scheduling, utility management, safety requirements, and price adjustments correlated with fuel and asphalt price fluctuations. The contract stipulates a delivery order style, with payments based on actual work performed. Additionally, security protocols and training requirements for contractor personnel are highlighted, ensuring compliance with Army regulations and local laws. This specification serves as a guideline to ensure quality work while maintaining operational integrity throughout the project.
    The state of Missouri has issued a comprehensive list of general decisions regarding labor rates for various construction projects across different counties. The decisions specify fringe benefit rates and hourly wage determinations for specific job classifications, including carpenters, electricians, power equipment operators, ironworkers, and laborers, often differentiated by county groups. These rates are applicable to heavy and highway construction projects, with emphasis on ensuring compliance with federal wage requirements. The numerous modifications accompanying the decisions indicate changes in wage rates over time, while also providing detailed county labor rate information. These documents serve as a crucial reference for construction contractors, outlining the prevailing wage requirements they must adhere to when bidding on state-related projects, and ensuring fair compensation for workers on these projects.
    The document pertains to the W911S7-24-B-0005 Asphalt IDIQ contract, primarily addressing questions from contractors regarding contract terms and conditions. It confirms that this is a Total Small Business Set Aside contract with a size standard of $45 million. The quantities provided are estimates, and contractors must fulfill all delivery orders over $500 while managing their responsibilities within specified performance periods. Essential contractor obligations include covering all training and traffic control costs, as well as expenses related to delays during entry to work sites. Mobilization expenses are incidental, however, the contractor is not responsible for interruptions due to the non-movement of vehicles or equipment after proper notice. The awarded magnitude of work varies annually, with historical spend data provided from prior IDIQ contracts, and future task orders will maintain total workdays based on their dollar amounts. The summary encapsulates critical details relevant to potential bidders regarding their roles, responsibilities, and the financial aspects surrounding the contract, while ensuring alignment with federal contracting regulations.
    The document outlines a Request for Proposals (RFP) for various asphalt and pavement-related tasks at Fort Leonard Wood Military Reservation. It specifies a range of tasks, including the placement of asphalt wearing and base courses, application of slurry and fog seals, and traffic paint striping, among others. Each task includes the quantity required, unit of measurement, and a unit price of $0.00, indicating that bids should provide pricing information. Key activities include the installation of asphalt for airfields, preparation of existing surfaces, pavement marking, and repairs involving excavation and compaction of subbase materials. The RFP emphasizes proper procedures for ensuring the durability and safety of the Pavement surfaces and compliance with relevant specifications. Overall, this document serves as a framework for contractors to submit their proposals for improving and maintaining the military facility's pavement infrastructure over multiple fiscal years.
    The document outlines a government project initiated by the Directorate of Public Works at Fort Leonard Wood, Missouri, focusing on the repair and replacement of improved surfaces. Scheduled to be completed by February 15, 2024, this project is designated with project number M.0143298. The details indicate that various elements of the surfaces will be repaired or replaced as indicated in the accompanying designs, with a clear action plan in place. The project has undergone a thorough review process, as evidenced by the signatures of key personnel involved, ensuring compliance with governmental standards and procedures. This initiative emphasizes the federal commitment to maintaining and enhancing critical infrastructure at military facilities, which is a common aim within government RFPs and grants, promoting improved operational capability and safety compliance.
    The invitation for bid (IFB) seeks a contractor for the repair/replacement of asphalt surfaces at Fort Leonard Wood and the Lake of the Ozarks Recreational Area, with an estimated value between $30 million and $40 million. This project is set aside for small businesses under NAICS code 237310, which has a size standard of $45 million. The contract includes a Base Year and four 12-month Option Periods. Contractors must start physical work by December 31, 2024, and provide a Bid Guarantee of 20% of the total bid, capped at $3 million. Performance and Payment Bonds will also be required. All interested parties must submit written questions by August 12, 2024, and sealed bids are due by September 4, 2024. The solicitation emphasizes compliance with federal regulations and the importance of timely project completion. The IFB aims to enhance infrastructure while encouraging small business participation in government contracting processes.
    This document serves as an amendment to a federal government solicitation, specifically related to contract W911S724B0005. The primary purpose is to attach an updated Statement of Work (SOW) and revise the Table of Contents for the associated documents. While the terms and conditions of the original solicitation remain unchanged, the amendment does extend the timeline for responding to the solicitation. Key changes include the introduction of an updated SOW dated August 30, 2024, and adjustments to the attachment list, clarifying the descriptions and dates of several documents relevant to the contract. The included documents cover essential details about asphalt work, task lists, specifications, and compliance with the Davis-Bacon Act. The amendment outlines procedures for acknowledging receipt, and potential changes to submissions, emphasizing the importance of timely communication to ensure offers are not rejected based on procedural mistakes. Overall, the document underscores the government's commitment to transparency and proper management in the solicitation process, ensuring that all interested parties have access to the most current information regarding the contract requirements.
    The document serves as an amendment to a solicitation related to a contract, specifically focusing on the addition of a Questions and Answers section (TE C). The main purpose is to inform stakeholders of changes to the existing contract (ID: W911S724B0005) and to detail amendments made on August 21, 2024. It clarifies that all other terms and conditions remain unchanged unless otherwise specified. Contractors must acknowledge receipt of this amendment to avoid rejection of their offers, with options to do so outlined in the document. Additionally, a summary of changes is provided, updating the attachment list to include the new Questions and Answers section alongside previously listed documents related to asphalt and Davis-Bacon Act requirements. This amendment is crucial for ensuring all parties are informed about important updates, thus facilitating smoother compliance and collaboration moving forward.
    The document is an amendment to a solicitation issued by the MICC - Fort Leonard Wood, modifying the bid dates for a government contract. The primary purpose is to extend the deadline for proposal submissions from September 4, 2024, at 10:00 AM to a new closing date of September 11, 2024, at 10:00 AM. This change follows the posting of responses to questions regarding the solicitation. All other terms and conditions of the solicitation remain unchanged and in full effect. Contractors are required to acknowledge the receipt of this amendment before the bid submission deadline to avoid rejection of their offers. The document specifies various methods by which acknowledgment can be provided, and notes that changes to submitted offers are allowable if communicated appropriately. The effective date of the amendment is August 28, 2024, with a specific emphasis on timely communication regarding this change to ensure compliance with procurement processes. This amendment highlights the ongoing operational adjustments and transparency fundamental to federal government contracting practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Replace Railroad Crossing and Gate on HWY 21
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort McCoy, Wisconsin, is seeking bids for the replacement of a railroad crossing and rail gate on HWY 21. This project falls under the NAICS Code 237990, which pertains to Other Heavy and Civil Engineering Construction, and is crucial for maintaining safe and efficient transportation infrastructure at the installation. The contract will be awarded as a firm fixed-price contract, with a project magnitude estimated between $500,000 and $1,000,000, and a performance period of 270 days following the Notice to Proceed. Interested small businesses must submit their bids in response to Solicitation W911SA24B2016, and can contact Crystal Johnson at crystal.j.johnson27.civ@army.mil or Vance Bickford at vance.c.bickford.civ@army.mil for further information.
    W912QR24Q0137 - Cave Run Lake Asphalt Dam Service Access Road
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for the re-surfacing of the asphalt dam service access road at Cave Run Lake in Morehead, Kentucky. The project involves leveling and wedging the existing pavement and applying a 2-inch overlay of new surface asphalt, adhering to the Kentucky Department of Highways Standard Specification for Road and Bridge Construction. This construction opportunity, estimated to cost between $25,000 and $100,000, is set aside exclusively for small businesses under NAICS Code 237310, which has a size standard of $45 million. Interested contractors must submit their quotes by September 23, 2024, at 10:00 AM Eastern Time and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Adyson Medley at adyson.medley@usace.army.mil or Richard Van De Linde at richard.vandelinde@usace.army.mil.
    Raw Water Piping System Replacement, Table Rock Powerhouse
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the replacement of the Raw Water Piping System at the Table Rock Powerhouse located in Branson, Missouri. This project, which falls under the NAICS code 237110 for Water and Sewer Line and Related Structures Construction, aims to enhance the infrastructure within the White River Basin and is estimated to have a construction magnitude between $5 million and $10 million. The successful contractor will play a crucial role in maintaining the operational integrity of hydro facilities, which are vital for water management and energy production. Proposals are due by September 20, 2024, at 12:00 PM CDT, and interested parties can reach out to Sarah Hagood at 501-340-1277 or via email at sarah.n.hagood@usace.army.mil for further inquiries. A site visit is scheduled for August 7, 2024, at 9:00 AM CDT, and bidders are encouraged to utilize the ProjNet Inquiry Key IRW386-H53JBF for any questions during the submission period from July 24 to August 15, 2024.
    Fort Johnson Vertical Constructon MATOC 8a Pool
    Active
    Dept Of Defense
    This is a Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE ARMY's W076 ENDIST FT WORTH office for a 100% Small Business 8(a) Set-Aside contract, targeting 8(a) firms nationwide. The procurement is for a Fort Johnson Vertical Construction Multiple Award Task Order Contract (MATOC) in Louisiana, with a focus on commercial and institutional building construction (NAICS code 236220). The contract aims to establish an IDIQ MATOC for up to five small businesses, with a shared capacity of $95M, primarily to support facilities construction and repair at Fort Johnson (formerly Fort Polk), though it may also support other USACE programs within the Southwestern Division. The construction program will involve various projects like police stations, flight control towers, and maintenance facilities, encompassing both Design-Build and Design-Bid-Build methods. The RFP is expected to be issued around April 29, 2024, and the contract will have a base period of seven years. Task orders will be issued as Firm Fixed Price or Fixed Price Incentive Firm, and each awardee will have a fair chance to compete for them. The minimum guarantee amount is $2,500, and contractors must adhere to Davis-Bacon Act wage and benefit requirements. Interested firms must be registered in SAM.gov and monitor the website for solicitation amendments.
    River Repairs and Upper Bank Paving SATOC
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Memphis District, is soliciting bids for the FY24 River Repairs and Upper Bank Paving project, designated as W912EQ24B0008. This firm-fixed price contract is specifically set aside for Women-Owned Small Businesses (WOSB) and involves extensive stone repairs on navigation structures along the Ohio and Mississippi Rivers, including the placement of riprap and other related tasks. The project is significant for maintaining critical infrastructure and ensuring navigational safety, with approximately 2.5 million tons of stone to be organized over four ordering periods. Bidders must submit their proposals by September 20, 2024, at 10:00 AM (CDT), with the bid opening scheduled for the same day at 1:00 PM (CDT). For further inquiries, interested parties can contact Jessica Lurry at jessica.m.lurry@usace.army.mil or Monica Moody at monica.a.moody@usace.army.mil.
    Fort Johnson Vertical Construction MATOC HUBZone Pool
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Fort Worth District, is seeking proposals for the Fort Johnson Vertical Construction MATOC HUBZone Pool, aimed at establishing a Multiple Award Task Order Contract (MATOC) for vertical construction projects at Fort Johnson, Louisiana. This presolicitation notice indicates a target of five HUBZone small businesses to compete for an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will encompass various construction and renovation projects, including facilities such as a police station, flight control tower, and barracks. The anticipated contract value is $75 million, with a minimum guarantee of $2,500, and the Request for Proposal (RFP) is expected to be issued around September 30, 2024. Interested firms must ensure they are registered with the System for Award Management (SAM) and can contact Demetrius Brooks or Calvin Fogle for further information.
    Berry Bend Utility Upgrades
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Berry Bend Utility Upgrades project, which involves replacing and upgrading the electrical service distribution systems at 34 campsites in the Berry Bend Public Use Area located in Benton County, Missouri. The project aims to enhance public facilities by ensuring reliable electrical service and includes grading and rock placement at the campsites, with a total estimated cost between $500,000 and $1,000,000. Interested contractors must submit their sealed bids electronically by 1:00 PM on September 26, 2024, and are required to comply with the Buy American Act and other federal contracting regulations. For further inquiries, contractors can contact Grant Hibbs at Grant.M.Hibbs@usace.army.mil or Christopher W. Anderson at Christopher.W.Anderson@usace.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.
    PN 100850 SOF Exploitation Training Facilities
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Wilmington District, is planning to award a Firm Fixed Price contract for the design and construction of three new training facilities at Fort Liberty, North Carolina, under solicitation W912PM24R0013. The project aims to create facilities that simulate a city hall, a residence, and a laboratory for Special Operations Forces (SOF), incorporating Low Impact Development features and adhering to various Department of Defense criteria, including Anti-Terrorism/Force Protection standards. The estimated construction cost ranges between $1,000,000 and $5,000,000, with the solicitation expected to be available in electronic format on or about September 24, 2024. Interested small businesses must register in the System for Award Management (SAM) and can contact Nicolette Campbell at nicolette.l.campbell@usace.army.mil or Robert N. Law at robert.n.law@usace.army.mil for further information.
    FY25 Multiple Award Paving Contract (MAPC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the FY25 Multiple Award Paving Contract (MAPC) to support the repair, maintenance, and construction of various infrastructure systems at Scott Air Force Base in Illinois. The procurement aims to establish up to five Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for a range of services under NAICS code 237310, with individual task orders valued between $500 and $5,000,000, and an estimated program ceiling of $45,000,000 over an anticipated eight-year performance period. This initiative is crucial for maintaining and enhancing the operational capabilities of the base's infrastructure, ensuring safety and efficiency in military operations. Interested small businesses are encouraged to respond to the attached market survey and submit their qualifications to the primary contact, Regina A. Brand, at regina.brand@us.af.mil, or the secondary contact, Billie J. Olson, at billie.olson@us.af.mil, by the specified deadline.