B107 Install Concrete Pads, NSA Mechanicsburg PA
ID: N4008524R2838Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting bids for the installation of concrete pads at the NSA Mechanicsburg facility in Pennsylvania. This project falls under the 8(a) set-aside program, aimed at supporting small businesses, and is classified under the NAICS code 236220, which pertains to commercial and institutional building construction. The successful contractor will be responsible for the repair or alteration of miscellaneous buildings, emphasizing the importance of durable infrastructure for military operations. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number N4008524R2838. For inquiries, contact Maurice Muse at maurice.muse@navy.mil or 757-887-4705, or Mariah Paulk at mariah.paulk@navy.mil or 757-887-4814.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Concrete Pad at Fresno 1106th AVCRAD
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the construction of a concrete pad at the Fresno AVCRAD facility located at 5168 East Dakota Avenue, California. The project involves the installation of approximately 5,460 square feet of 3000 psi Portland Cement Concrete over a 5-inch aggregate base, with a performance period of 270 calendar days from the notice to proceed. This initiative is crucial for enhancing military infrastructure and operational efficiency, reflecting the government's commitment to supporting small businesses through a Total Small Business Set-Aside. Interested contractors must submit their quotes via email by the specified deadline, with an estimated project cost ranging between $100,000 and $250,000. For further inquiries, contact Jackson Woods at jackson.c.woods.civ@army.mil or Paul Ochs at paul.n.ochs.mil@army.mil.
    CSS 90421 - BMA Renovation
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - New Jersey, is soliciting bids for the CSS 90421 - BMA Renovation project, which is set aside for small businesses. This construction project involves renovation work at the PFC Melvin L. Brown ARC/BMA located in Clearfield, Pennsylvania, with a focus on enhancing the facilities to support the U.S. Army 99th Readiness Division. The estimated contract value ranges between $250,000 and $500,000, and all work must be completed in accordance with the provided Statement of Work. Interested contractors can reach out to Ryan Nicklous at ryan.p.nicklous.civ@army.mil or by phone at 856-506-1192 for further details.
    Concrete Removal and Disposal Services at Fort Meade, MD
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide concrete removal and disposal services at Fort Meade, Maryland, associated with the de-installation of an AN/FSC-78 Satellite Antenna. The contractor will be responsible for transporting up to 40,000 pounds of steel-reinforced concrete slabs, managing the loading, transportation, and disposal processes, while ensuring compliance with safety and environmental regulations. This contract is crucial for maintaining infrastructure at the Army base and is set for a duration of one to five days, scheduled between October 1 and October 31, 2024, with a bid submission deadline of September 26, 2024. Interested parties should submit their quotes via email to Megan Jones at megan.jones5.civ@army.mil, adhering to the requirements for small business set-asides, including participation from service-disabled veteran-owned and women-owned small businesses.
    Construction Requirements Contract
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE Defense Logistics Agency is seeking a Construction Requirements Contract for the repair or alteration of other warehouse buildings at DLA Distribution Susquehanna (DDSP), New Cumberland and Mechanicsburg PA Sites. The contract will be a five-year multiple award Indefinite Delivery Indefinite Quantity (ID/IQ) contract with a total combined contract value of $45,000,000. The work will include various construction/building related efforts such as industrial, recreational, general, alteration, maintenance, repair, design/build, and new projects. The contract will be set aside for small businesses, with reservations for Women Owned Small Business (WOSB), Service-Disabled Veteran Owned Business (SDVOSB), and Historically Underutilized Business Zone Business (HUBZone). The solicitation is expected to be issued on or around April 15, 2024, and the contract ordering period is anticipated to be from August 1, 2024, through July 31, 2029. The minimum ordering limitation per task order will be $3,500.00, and the maximum ordering limitation per task order will be $7,000,000.00. Task orders will generally range between $50,000.00 and $300,000.00. Prospective offerors must be registered in the System for Award Management (SAM) Database at http://www.sam.gov to be considered for award.
    Field Office/Work Space, Great Bridge Reservation Chesapeake, Virginia
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the construction of a Field Office/Work Space at the Great Bridge Reservation in Chesapeake, Virginia. This project involves building a new 40'x 80' structure with office space, a workshop, storage, and a unisex bathroom. The building will have electricity, communications, water, and sewer services. The project also includes the installation of sidewalks, grass, and parking spaces. The estimated construction cost is between $1,000,000 and $5,000,000 million. The solicitation is expected to be posted on the Procurement Integrated Enterprise Environment (PIEE) website in the 1st Quarter of Fiscal Year 2025.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
    BOM Concrete
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide 1,400 cubic yards of concrete for the construction of a K-Span structure at NASA's Kennedy Space Center in Florida. The concrete must conform to ASTM standards C150 and C33, with specific requirements including a maximum aggregate size of 3/4 inches and no additives. This procurement is crucial for supporting infrastructure projects and ensuring compliance with federal regulations, with a submission deadline for quotes set for September 30, 2024, at 8:00 A.M. EST. Interested vendors can reach out to Cynthia Whittaker or Cierra Hallmon via email for further inquiries.
    Demolish existing Preservation Oil system and canopy at building 175 Jet engine Test Cell
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFACSYSCOM), is soliciting bids for the demolition of the existing Preservation Oil system and canopy at Building 175 of the Jet Engine Test Cell. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and involves the removal of infrastructure critical to the facility's operations. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number N6247324RJ511. For inquiries, potential bidders may contact Jocelynn Jacobson at jocelynn.l.jacobson.civ@us.navy.mil or Antonio Harley at antonio.b.harley2.civ@us.navy.mil.
    183 CES Seal Masonry P46 and P48
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Army, is seeking a contractor for masonry services. The services will involve replacing various masonry joints, including control joints, and sealing the masonry walls on Building 46 and Building 48 at the 183d Wing in Springfield, Illinois. The contract duration is 59 days after the notice to proceed. This project is set aside 100% for small businesses. The NAICS code for this procurement is 238140, with a size standard of $19,000,000. The estimated magnitude of the project is between $100,000,000 and $250,000,000. Interested contractors are encouraged to attend a pre-bid conference and site visit, with dates to be specified in the solicitation. The bid opening date is tentatively scheduled for mid-late June. Interested offerors must be registered in SAM.gov to access the solicitation and associated information. The place of performance is the 183d Wing, Illinois Air National Guard Base in Springfield, IL.
    Z--Repair Runway Pavement and Lighting Sherman Field at Naval Air Station Pensacola, FL.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Repair Runway Pavement and Lighting services at Sherman Field, Naval Air Station Pensacola, FL. The proposed repairs include major electrical vault repair, electrical infrastructure work, grade correction, pavement mill and overlay, airfield lighting, signage and marking for up to two taxiways, and reconfiguration of the main airfield apron. The completion time for this contract is 540 calendar days after award. The estimated project magnitude is between $25,000,000 and $100,000,000. The solicitation will be listed as N69450-16-R-0626 on the Navy Electronic Commerce Online website (NECO) and Federal Business Opportunities (FedBizOpps). A Pre-Proposal Conference and Site Visit will be held. Proposals will be due no earlier than 30 days after the solicitation is released. Primary POC: Vicki Blankenship, (904) 542-6811, vicki.blankenship@navy.mil Secondary POC: Barbara Czinder, (904) 542-6834, barbara.czinder@navy.mil.