Repair Fire Department Building
ID: W50S8N24B0006Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NR USPFO ACTIVITY NYANG 174SYRACUSE, NY, 13211-7099, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of Building 644 at the Fire Department located at Hancock Field Air National Guard Base in Syracuse, New York. The project, designated as Project #HAAW232002, involves significant structural work, including the repair of the vehicle bay floor, restroom facilities, and other areas, while ensuring compliance with environmental standards related to PFAS. This construction contract is a total small business set-aside, with an estimated value between $250,000 and $500,000, and is expected to be funded by September 30, 2024. Interested bidders are encouraged to attend a pre-bid conference on August 14, 2024, and should direct inquiries to Briana McCaffery at briana.mccaffery@us.af.mil or Richard M. Peirson at richard.peirson@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications for a construction project at Hancock Air National Guard Base in Syracuse, New York, under Project # HAAW 232002. It details the construction of a spoil pile, requiring the placement of 30 yards of spoil material surrounded by sandbags and supported by rubber underlayment on asphalt pavement. The plan includes protective measures to prevent leaching and necessitates the demolition and replacement of an existing oil/water separator system. Specifically, the project involves removing concrete and brick components to install a new compatible steel riser with a water-tight seal. The design features required components like venting, stainless steel construction, and safety features to guarantee proper operation and environmental compliance. Overall, this project emphasizes careful material management and adherence to environmental standards, aligning with federal regulations and local government requirements for construction and waste management.
    The document outlines a project location and haul route plan for construction activities at Hancock Air National Guard Base in Syracuse, New York. It details the material stockpile locations and taxiways relevant to the construction site, incorporating critical roadways like Perimeter Road and East Molloy Road for access. The plan includes scalability parameters and was drawn and checked by designated personnel, with specific dates noted for revisions. The primary purpose of the document is to provide logistical guidance for efficient material transport and site access during construction, ensuring compliance with safety standards and streamlined operations. The layout emphasizes the importance of well-defined access routes to facilitate construction without disruption to ongoing military operations.
    The document outlines specifications for construction work at a site for the New York Air National Guard Fire Station in Syracuse, New York. It details requirements for asphalt pavement, concrete structures, and landscaping, emphasizing the need for precise joint sealing, expansion joints, and clear grading to match existing surfaces. The specifications mandate the use of specific materials, including heavy-duty asphalt and controlled joint installations, with careful attention to subgrade compaction and the protection of existing lawns and utilities during construction. The contractor is responsible for the saw-cutting of existing pavements, repairing damaged areas, and ensuring that all work meets local and state regulations, especially concerning drainage and utility connections. The plants specified for landscaping require careful placement for effective growth, with provisions for weed control and soil amendment to prevent settling. This document serves as a comprehensive guide for contractors, ensuring adherence to safety, environmental standards, and the necessary quality of construction to meet operational needs of the fire station. Overall, it reflects a commitment to high standards in public infrastructure projects aligned with government RFPs and grants.
    Rockford Sanitary Systems, Inc. presents a proposal for the OST-5642-200 oil/water separator, highlighting its specifications and optional features for government RFPs and grants. The separator is constructed from all-welded A36 1/4" steel, accommodating an intermittent flow rate of 100 gallons per minute and a static capacity of 172 gallons, with additional waste oil storage of 200 gallons. It features 4.00" threaded inlet, outlet, and vent connections, ensuring a visible double-wall design for leak prevention and a removable filter screen for easy maintenance. The proposal also outlines optional enhancements, including an epoxy coating and reinforced covers, which are available at additional costs. This document serves as a detailed overview of the product specifications and optional features for potential contracts in environmental management, emphasizing compliance with safety and operational standards essential for government-funded projects.
    The document outlines quality control standards for epoxy floor coating applications related to a federal or state/local request for proposals (RFP). It establishes criteria for inspecting painted surfaces, detailing acceptable conditions and defects that indicate lack of uniformity and soundness. Specific defects include brush marks, poor coverage, and damage from environmental factors. Surfaces are deemed unacceptable if defects are visible under appropriate lighting conditions from a specific distance. The contractor is responsible for rectifying rejected areas, which may require touch-ups or complete repainting depending on the extent of the issue. The document underscores the importance of adhering to quality standards to ensure lasting finishes and compliance with regulatory expectations in government-funded projects. These protocols are vital for maintaining safety, aesthetics, and durability in public infrastructure.
    The document outlines a construction project at the Hancock Air National Guard Base in Syracuse, New York, focused on the removal and replacement of existing separators and risers within a sand interceptor system. The contractor is responsible for the careful removal of materials, which includes asphalt, compacted stone, and earth, ensuring no damage to the underlying interceptor components. Additionally, the contractor must install a compatible, one-piece riser and lid while adhering to Department of Transportation specifications for repairs of disturbed areas. The project's specifications included detailed site plans with scales and material handling instructions. By highlighting the technical requirements and accountability measures, the document serves to ensure regulatory compliance and quality in the execution of the construction work, aligning with federal and local procurement standards. The emphasis is on proper handling, installation, and adherence to original equipment specifications, reaffirming the project's commitment to operational integrity and environmental safety.
    The document outlines a proposed project for repairing Fire Department B64, focusing on various personnel involved and their contact details. The file lists names, associated offices, and phone numbers of individuals, indicating the collaborative nature of the undertaking. Key players include representatives from different areas, suggesting a diverse team for the project. The mention of specific office designations implies structured communication channels within the organization. Overall, this document appears to serve as an initial step in the procurement or grant process, facilitating coordination among team members essential for the successful execution of the fire department repair project.
    The document serves as an abstract of offers for a construction project titled "Repair Fire Dept B644l," issued by the 174th Contracting Office in Syracuse, NY. It details the procurement event, including solicitation and opening dates, and confirms that offers were opened and recorded by the certifying official, Major Richard Peirson. Multiple projects are outlined, such as the repair of a concrete pad, removal of an oil-water separator, sand removal, concrete replacement, and development of a PFAS work plan. Five separate tasks and their respective estimated quantities, unit prices, and total amounts are recorded. Notably, the bids received from Upstate Const Services, Inc. and Aventus NV, Inc. reflect varying bid securities and acknowledgment of amendments. The government estimate is categorized into hired labor and reasonable contracts, highlighting the proposed costs associated with each project element. Total estimated amounts vary across items, establishing a range for potential contract values. This document is essential for maintaining transparency in the bidding process associated with government contracts, showcasing the competitive nature of federal construction projects.
    The document pertains to a federal bid opening for a Request for Proposal (RFP), identified by the code W50S8N24B0006, scheduled for September 17, 2024, at 1500 hours. It lists the involved parties, including individuals named McCaffery, Pace, and the offices of AVENTUS NV and USPFO P&C, with accompanying contact information. The nature of the RFP is not specified in the document, but it reflects the procedural aspects typical of government contracting processes. The key details concerning the bid's timing, involved personnel, and associated companies are presented straightforwardly, encapsulating the essentials of the bidding process without delving into specific project objectives or requirements. It serves as a preliminary document for bidders and stakeholders in the federal procurement process, ensuring proper notification and transparency within the contracting framework. The document's structure is typical for official bids, emphasizing dates, parties involved, and contact information relevant to the bidding process.
    The Statement of Work (SOW) outlines the requirements for the repair and restoration of Building 644 Fire Department at the Hancock Field Air National Guard Base in Syracuse, NY. The project aims to meet Department of Defense standards by repairing the vehicle bay floor, restroom facilities, and other areas, including sidewalks and carpeting, while also addressing environmental considerations related to PFAS. The contractor must provide all necessary labor, materials, and quality control, ensuring compliance with relevant federal, state, and local regulations. Key components of the work include the installation of epoxy flooring capable of supporting heavy fire apparatus vehicles, restroom renovations, and potential improvements to the oil/water separator system. The project duration is set for 365 calendar days, including a rigorous testing phase for all functionalities post-completion. Contractors are required to demonstrate prior work experience on similar Department of Defense installations, and they must adhere strictly to safety, environmental, and documentation standards throughout the project’s execution. This SOW reflects the federal government’s emphasis on high safety and quality standards in facility maintenance and repair, especially within critical infrastructures supporting national defense operations.
    The government is soliciting bids for a construction contract related to the Repair of Building 644 at the Fire Department in Syracuse, NY, under Project #HAAW232002. This contract is designated as a 100% small business set-aside, adhering to the NAICS Code 236220, with a size standard of $45 million in average annual revenue. The estimated project cost ranges between $250,000 and $500,000. A pre-bid conference will take place on August 14, 2024, and bidders are encouraged to attend. The contract award will be based on bids that provide the best price to the government, pending the availability of funds expected by September 30, 2024. All offers must conform to specified requirements, including submission of various documents and bonds. The project entails significant structural work, including demolitions and installations in accordance with a defined Statement of Work. Compliance with labor and safety regulations is mandatory, and bidders must register with the GSA's System for Award Management (SAM) to participate. The solicitation emphasizes transparency and invites interested parties to seek clarifications through formal channels.
    The document primarily discusses federal and local government requests for proposals (RFPs) and grants related to various projects. It outlines the standardized processes and guidelines that organizations must follow to apply for funding. Key aspects include eligibility criteria, required documentation, timelines for submission, and evaluation criteria for proposals. The document emphasizes the importance of compliance with federal regulations and local ordinances throughout the application process. Additionally, it provides information on how to effectively allocate resources and maintain transparency with stakeholders. By adhering to this comprehensive framework, entities aiming to secure government funding can enhance their chances of success and contribute meaningfully to community development and public service projects. The overall purpose is to facilitate better understanding and accessibility of funding opportunities while ensuring compliance with governmental mandates.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FY23-28 General Construction Services BPA - W911S223S8000
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking General Construction Services under a Blanket Purchase Agreement (BPA) for projects on Fort Drum, NY. The BPA will include new work, additions, alterations, and maintenance and repair of real property facilities and structures. The estimated value of the BPA construction projects is $15,000,000.00, with an estimated 35 projects each fiscal year. Contractors with a BPA must be capable of obtaining the payment bonds required for construction projects valued between $35,000.00 and the Simplified Acquisition Threshold ($250,000.00). The Government will consider price and socio-economic status when establishing the BPAs, which may remain in place for up to five (5) years. Interested small businesses registered under NAICS Code 236220 and located in a Historically Underutilized Business (HUB) Zone are encouraged to respond to the Combined Synopsis/Solicitation.
    183 CES Repair Fire Suppression Building 15
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Army, is seeking a contractor to provide repair services for the fire suppression system in Building 15 at the 183d Wing, Illinois Air National Guard Base in Springfield, Illinois. The existing system is in disrepair and does not meet state and federal code restrictions. The contract duration is 180 days, and the project is set aside 100% for Small Business. The estimated value of the project is between $500,000 and $1,000,000. Interested contractors must be registered in SAM and can access the solicitation and associated information on the Contract Opportunities website. The tentative date for issuing the solicitation is late May 2024, with a pre-bid conference scheduled for early-mid June 2024.
    Repair/Replace HVAC Systems, C &D Bays - Building 3
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory, is seeking qualified contractors to repair and replace HVAC systems at the Rome Research Site in New York. The project encompasses a comprehensive scope of work, including hazardous material abatement, general construction, fire protection, plumbing, mechanical and HVAC work, electrical work, and related tasks, all of which must adhere to federal, state, and local regulations. This initiative is critical for enhancing facility operations while ensuring safety and compliance with environmental standards, particularly as the work will occur in occupied buildings, necessitating careful planning to minimize disruptions. Interested contractors, particularly those classified as 8(a), HUBZone, WOSB, EDWOSB, SDVOSB, SB, SDB, or VOSB, must submit their intent to propose along with required documentation by 3:00 p.m. EST on October 16, 2024, to Jennifer Calandra at jennifer.calandra@us.af.mil.
    USACE SPK Design Bid Build (DBB) Construction - Defense Logistics Agency (DLA) Lot 4 Open Storage, Hill Air Force Base, Utah.
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking construction services for an open storage facility at Hill Air Force Base, Utah. The facility will consist of asphalt and concrete pavement, loading ramp and dock, administrative office, and site improvements. The estimated construction cost is between $10,000,000 and $25,000,000. Small business firms are encouraged to submit capability statements. The potential requirement may result in a solicitation issued in February 2024, with an estimated completion time of 425 calendar days.
    USACE SPK Design-Bid-Build (DBB) Construction – F-35 East Campus Infrastructure – Hill AFB, UT
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Sacramento District is preparing to solicit a Design-Bid-Build (DBB) contract for the construction of utility infrastructure systems at Hill Air Force Base (AFB) in Utah. This project encompasses the construction of various facilities, including taxiways, roadways, pump houses, and upgrades to utility systems such as water, sewer, and electrical distribution, all adhering to Department of Defense Unified Facilities Criteria. The anticipated contract, valued between $100 million and $250 million, is expected to be awarded as a firm-fixed-price Single Award Task Order Contract (SATOC) with a capacity not to exceed $115 million, with proposals due by January 14, 2025. Interested contractors should register in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) to participate, and they can contact Natalia Gomez or Michelle Spence for further inquiries.
    Repair Vehicle Search Area, Offutt Air Force Base (OAFB), Nebraska (NE)
    Active
    Dept Of Defense
    The Department of Defense, through the US Army Corps of Engineers (USACE) Omaha District, is seeking qualified contractors for a Design-Build project to repair the vehicle search area at Offutt Air Force Base (OAFB) in Nebraska. The project involves demolishing existing facilities and constructing new structures to enhance vehicle control, inspection processes, and security in compliance with Unified Facilities Criteria (UFC) standards. This initiative is crucial for ensuring effective traffic management and security at the USSTRATCOM Gate, with an estimated construction cost ranging from $10 million to $25 million. Interested prime contractors with a bonding capability of at least $10 million must submit their responses, including company information and relevant project experience, by October 9, 2024, with the anticipated solicitation expected to be issued in April 2025.
    Simplified Acquisition of Base Engineering Requirements (SABER)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) contract, aimed at facilitating minor construction projects at the Air Force Research Laboratory in Rome, New York. This contract will cover a range of construction and maintenance tasks, with individual task orders valued between $3,000 and $750,000, and an estimated total ceiling of $9,500,000 over a five-year period. The procurement is a 100% Small Business Set-Aside, emphasizing the importance of contractor experience and compliance with safety and performance standards. Interested vendors should contact Larry Barto at Larry.Barto.1@us.af.mil, and the Request for Proposal (RFP) is expected to be posted on or about October 16, 2024, with proposals due approximately 30 days later.
    USACE SPK DBB Construction – DLA SIAD Improvements, Repairs, and Fencing Canopy – Sierra Army Depot, Herlong, CA
    Active
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers (USACE) Sacramento District, is seeking small business firms for a potential design-bid-build (DBB) construction project aimed at improving and repairing the Defense Logistics Agency (DLA) Disposition Services facility at Sierra Army Depot in Herlong, California. The project scope includes extensive renovations of existing pre-engineered metal buildings, site improvements, and the installation of new systems, with an estimated construction timeline of 730 calendar days. The anticipated contract value ranges between $10 million and $25 million, with a firm-fixed-price solicitation expected around November 2024 and an award projected for February 2025. Interested contractors are encouraged to submit capability statements to Constantinos Laliotitis at constantinos.laliotitis@usace.army.mil by 11:00 a.m. PDT on September 30, 2024.
    Bio-environmental Facility - Westover ARB, MA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Bio-Environmental Engineering Facility at Westover Air Reserve Base in Massachusetts. This opportunity is specifically aimed at contractors with Indefinite Delivery/Indefinite Quantity Multiple Award Task Order Contracts, focusing on Design-Bid-Build services that adhere to stringent safety and environmental standards. The project is crucial for enhancing infrastructure that supports environmental engineering on military installations, with an estimated cost ranging from $5 million to $10 million. Proposals are due by October 21, 2024, and interested contractors should contact Adam Brooks at adam.m.brooks@usace.army.mil for further details.
    Construction Demolition, Renovation and Installation of Paint Booth
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the construction demolition, renovation, and installation of a paint booth at Grissom Air Reserve Base in Indiana. The project involves demolishing an existing paint booth, installing a new one, constructing additional footprint, and repairing Building 453. This procurement is significant as it supports the operational capabilities of the Air Reserve Base, with an estimated contract value ranging from $10 million to $25 million. Interested parties must submit a capabilities statement by 2 PM local time on September 14, 2024, to Cedric Roberts at cedric.roberts@us.af.mil, and should include their organization details and relevant experience.