W911SA24B2017 Wastewater Treatment Plant Repair 63rd Region 4 - Sloan, NV
ID: W911SA24B2017Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, 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, through the Mission and Installation Contracting Command Center at Fort McCoy, is soliciting bids for the repair of the Wastewater Treatment Plant at the 63rd Region 4 in Sloan, NV. This project, designated under solicitation number W911SA24B2017, is a total small business set-aside and falls under NAICS code 236220, with an estimated project magnitude between $25,000 and $100,000. The repairs are critical for maintaining operational efficiency and compliance with environmental standards at the facility. Interested contractors must submit their bids electronically by September 17, 2024, before 11:00 AM CT, and are encouraged to attend a site visit scheduled for September 10, 2024, at 10:00 AM PDT. For further inquiries, contact Rachel Murphy at rachel.i.murphy.civ@army.mil or Vance Bickford at vance.c.bickford.civ@army.mil.

    Files
    Title
    Posted
    This document outlines a federal solicitation for construction pertaining to the NV008 Wastewater Treatment Plant Repairs, issued by MICC Fort McCoy. The solicitation identifies essential details such as the solicitation number, date of issuance, and the opening date. It lists the total number of amendments and certifies the opening of offers received. The primary offers reported include those from two contractors, Clean Infusion and Raegent World Construction, along with their respective bid securities and acknowledgment of amendments. Additionally, the government estimate for the project, based on various criteria including hired labor and reasonable contract pricing (with and without profit), is provided. The document reflects standard procedures for evaluating construction bids in compliance with federal regulations and procedures related to funding and project management. This solicitation serves as a part of structured government procurement processes aimed at ensuring accountability and transparency in awarding contracts for public works.
    The document serves as a continuation sheet of an abstract of offers related to a federal construction solicitation, specifically for repairs at a wastewater treatment plant. It outlines the framework for submitting additional offers when more than two bids are received. The essential components include project title, offeror details, bid security amounts, amendments acknowledged, contract items, estimated quantities, unit prices, and estimated amounts for each offeror. The main offeror listed is AVENTUS, with a bid amount of $88,541 for the job. This structured approach ensures that all relevant information is accurately captured and organized for review, supporting transparency and competition in the bidding process. Overall, this form plays a crucial role in facilitating efficient procurement practices within government construction projects.
    Lifecycle
    Similar Opportunities
    Lock and Dam 3 Comfort Station Roof Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is soliciting bids for the roof replacement of the Comfort Station at Lock and Dam No. 3 in Welch, Minnesota. The project involves removing the existing roofing system and installing a new PVC roofing system, with a focus on ensuring proper drainage and compliance with safety and environmental standards. This procurement is part of the government's initiative to maintain critical infrastructure and is exclusively set aside for small businesses under NAICS code 238160, with an estimated construction cost below $25,000. Interested contractors must submit their offers by the revised deadline of August 23, 2024, and are encouraged to contact Theodore Hecht at the provided email or phone number for further details.
    Mountain Springs Potable Water Well Construction, Spring Mountains National Recreation Area, Humboldt-Toiyabe National Forest, Nevada
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the construction of a potable water well at the Spring Mountains National Recreation Area within the Humboldt-Toiyabe National Forest in Nevada. The project involves various tasks including mobilization, drilling an 8-inch well, casing, concrete grout sealing, and performance testing, with an estimated construction cost between $100,000 and $250,000. This initiative is crucial for developing sustainable water resources in a federally protected area, ensuring compliance with environmental regulations and public safety measures during construction. Proposals are due by September 23, 2024, at 5:00 p.m. Central Time, and interested contractors should direct inquiries to Mary Harding at mary.harding@usda.gov.
    Y--GLCA 318744 Rehabilitate Critical Utility Systems
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Rehabilitate Critical Utility Systems" project at the Glen Canyon National Recreation Area, with an estimated construction cost exceeding $10 million. The project aims to modernize wastewater management systems in the Wahweap and Lone Rock areas of Arizona and Utah, focusing on upgrading wastewater collection, treatment systems, and the SCADA control network while ensuring compliance with environmental regulations. This initiative is crucial for enhancing the park's infrastructure and maintaining uninterrupted services for public use. Interested contractors must submit their proposals by September 25, 2024, at 1600 hours MDT, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    PSXE 242030 Repair Joint Seals & Water Tank
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of joint seals and a water tank at the 134th Air Refueling Wing located at McGhee Tyson Air National Guard Base in Louisville, Tennessee. This project, designated as PSXE 242030, is a Total Small Business Set-Aside and requires contractors to provide labor, materials, and equipment for the repairs, with an estimated project cost ranging from $500,000 to $1,000,000. The work is critical for maintaining military infrastructure and supporting air refueling operations, emphasizing the importance of compliance with federal regulations and quality standards. Interested bidders must submit their proposals by 10:00 AM (EST) on September 24, 2024, and are encouraged to contact Kristen Phipps at kristen.phipps@us.af.mil or Brian Morelock at brian.morelock.1@us.af.mil for further information.
    River Repairs and Upper Bank Paving SATOC
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Memphis District, is soliciting bids for the River Repairs and Upper Bank Paving project, designated as W912EQ24B0008. This firm-fixed price contract is 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 vital navigation infrastructure and is expected to utilize approximately 2.5 million tons of stone over four ordering periods, with individual task orders defining specific locations and work types. 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). Interested parties can contact Jessica Lurry at jessica.m.lurry@usace.army.mil or Monica Moody at monica.a.moody@usace.army.mil for further information.
    Janitorial Services for the Repair and Supply Base
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified vendors to provide janitorial services at the Repair and Supply Base in Vicksburg, Mississippi, under Solicitation Number W912EE-24-Q-0055. The procurement involves a range of cleaning tasks, including floor maintenance, restroom cleaning, and window washing, with a firm-fixed price contract intended for a total small business set-aside. This contract is crucial for maintaining high standards of facility management and ensuring a safe and clean working environment, with a performance period from October 23, 2024, to October 22, 2025, and options for additional years. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or Dustin G. Cannada at dustin.g.cannada@usace.army.mil, and must adhere to strict submission requirements and safety protocols outlined in the associated documents.
    NESP Mooring Facilities at Lock & Dam 7 near La Crescent, MN
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of mooring facilities at Lock & Dam 7 in La Crescent, Minnesota, under Solicitation No. W912ES24B0013. The project aims to enhance navigation efficiency by constructing a mooring cell and a mooring dolphin, which includes tasks such as dredging, concrete fabrication, and structural metal work, adhering to strict federal standards for quality and environmental compliance. This initiative is part of the Navigation and Ecosystem Sustainability Program for the Mississippi River Basin, emphasizing the importance of maintaining navigational infrastructure while mitigating ecological impacts. Interested small businesses must submit their bids by September 17, 2024, at 2:00 PM Central Time, and can contact Justin H. Rose at justin.h.rose@usace.army.mil or 651-290-5422 for further information. The estimated contract value ranges from $5 million to $10 million.
    Z2DA--Replace Canteen Dishwashing Utilities | 666-24-129
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for plumbing construction services to replace and upgrade the canteen dishwashing utilities at the Sheridan VA Medical Center in Wyoming. The project aims to address existing plumbing deficiencies, ensuring compliance with plumbing codes and enhancing operational efficiency through various upgrades, including the installation of heat recirculation lines and improved drainage systems. This initiative is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a budget ranging from $100,000 to $250,000, and requires proposals to be submitted by October 7, 2024. Interested contractors must attend a mandatory site visit on September 23, 2024, and direct any questions to Contract Specialist Timothy R. Verburgt at Timothy.Verburgt@va.gov.
    $249M IDIQ MATOC for Environmental Remediation Services (ERS) - Small Business (SB) Set-Aside
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a $249 million Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Environmental Remediation Services (ERS), specifically set aside for small businesses. This procurement aims to engage up to eight qualified contractors to provide a range of environmental services, including site assessments, hazardous waste treatment, and compliance with environmental regulations such as RCRA and CERCLA, within the Northwestern Division District. The contract emphasizes the importance of effective environmental remediation in safeguarding public health and restoring contaminated sites. Proposals are due by October 9, 2024, at 2:00 PM CST, and interested firms can reach out to Jennifer Gilbreath at jennifer.c.gilbreath@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil for further information.
    $49M Small Business Environmental Remediation Services SATOC - East
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Omaha District, is seeking qualified small businesses to provide Environmental Remediation Services under a $49 million Indefinite Delivery/Indefinite Quantity (ID/IQ) Single Award Task Order Contract (SATOC). The contract will focus on Military Munitions Response Program capabilities and will support operations across the Continental United States, Alaska, Hawaii, and U.S. Territories, with a primary emphasis on the eastern half of the United States. This procurement is critical for addressing environmental remediation needs, ensuring compliance with federal regulations, and safeguarding public health and safety. Interested parties must submit proposals by the revised deadline of October 7, 2024, and can direct inquiries to Michelle Alcover-Montalvo at michelle.m.alcover@usace.army.mil or by phone at 803-413-6056.