Request for Proposal U.S. Army Garrison Miami - UESC
ID: W912DY24R0047Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILHUNTSVILLE, AL, 35806-0000, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, through the U.S. Army Engineering and Support Center, is soliciting proposals for a Utility Energy Service Contract (UESC) aimed at conducting an energy usage assessment at the United States Army Garrison Miami (USAG Miami) in Florida. The primary objective is to develop a Feasibility Study/Investment Grade Audit (FS/IGA) that will identify energy conservation solutions, including potential installations of solar panels and upgrades to lighting and HVAC systems. This initiative is part of a broader commitment to enhance energy efficiency and sustainability within military operations, aligning with federal standards for infrastructure improvements. Proposals are due by March 12, 2025, with a site visit scheduled for February 20, 2025; interested parties can contact Tanya N. Brown at tanya.n.brown@usace.army.mil or Lisa L. Steenburn at lisa.l.steenburn@usace.army.mil for further information.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the objectives of the Utility Energy Service Contract (UESC) for USAG Miami, Florida, focused on energy and water efficiency improvements through local utility partnerships. The contract encompasses various Energy Conservation Measures (ECMs) such as a 2 MW floating solar panel installation, LED lighting upgrades, HVAC efficiency improvements, and water conservation strategies. It encourages contractors to propose additional ECMs and mandates a phased implementation approach to maximize energy savings. The project follows guidelines set by the Department of Energy and requires conducting a Preliminary Assessment and a Feasibility Study that includes detailed financial proposals and subcontractor selection processes. Mandatory compliance with numerous safety, design, and environmental standards is established to ensure high operational safety and efficacy. Reporting and maintenance responsibilities are outlined, with provisions for emergency situations and cybersecurity measures. The PWS emphasizes the contractor's obligation to provide adequate training for government personnel and ensure contractor compliance with all relevant safety and operational protocols. This comprehensive plan aims to enhance energy resiliency for military operations while promoting sustainability and efficiency in government facilities.
    The document outlines responses to questions related to an RFP (Request for Proposal) regarding a floating solar panel installation and lighting projects at the USAG-Miami Doral/SOUTHCOM facility. Key points include the proposal submission requirements—Attachments #5 and #6 are excluded from the 25-page limit, while other tabs must adhere to this restriction. The proposal due date is confirmed as March 12, 2025. Additionally, environmental considerations for the solar panel project are addressed, noting potential impacts on local wildlife and the necessity of federal environmental regulations. The existing power infrastructure is described, highlighting redundancy and control systems, while attention is also given to current LED lighting upgrades throughout the facility. The document emphasizes adherence to Unified Facilities Criteria (UFC) and delineates future goals for water conservation and electrification, identifying regulated authorities for permitting purposes as well. Overall, the RFP aims to reinforce infrastructure modernization while complying with both federal and state standards.
    The document outlines the power distribution infrastructure of the USAG Miami site in Orlando, Florida. It details the Main Installation Sub Station, which includes two transformers and a main switch, designed to automatically transfer loads between FP&L feeders and an auxiliary power plant in mere seconds. Life/Safety Generators are integrated to support emergency systems almost immediately. The Medium Voltage Sub Stations facilitate further distribution, converting voltage for local loads and ensuring efficient automatic load transfers between power sources. Additionally, the site plan includes various fencing types, concrete structures, and security measures surrounding critical power components. The document emphasizes its official and sensitive nature, prohibiting unauthorized use and reproduction without government consent. Overall, this technical document serves as a fundamental resource for understanding the electrical engineering specifications and safety measures in place at the site, indicating its importance in federal infrastructure management and operations.
    The document provides detailed lighting plans for the Headquarters building located in Orlando, Florida, outlining the layout and specifications for various office areas, meeting rooms, and utility rooms across multiple floors. Each section is organized by floor, documenting key features such as the distribution of office spaces, restrooms, break rooms, and equipment rooms. The plans include references to electrical rooms, staircases, and corridors, ensuring efficient navigation and functionality within the building. The content emphasizes that these documents are strictly for official government use, prohibiting unauthorized reproduction and underscoring compliance with security protocols. The careful attention to detail in the design not only demonstrates the government's commitment to maintaining operational efficiency but also adheres to safety standards. This lighting plan serves as a foundational reference for maintenance and operational procedures in the building, reflecting broader objectives aligned with federal standards and logistical requirements in government infrastructure projects.
    This document presents the lighting plans for the first and second floors of the CIOC Building located in Orlando, Florida. It is designated for official use by the United States Government, emphasizing that unauthorized access or reproduction of the materials contained within is strictly prohibited and could lead to criminal penalties. The plans reflect the government's processes in managing federal facilities, ensuring compliance with security and safety protocols. This project is likely a component of a broader initiative to enhance governmental infrastructure and functionality, aligning with federal grant opportunities or local requests for proposals (RFPs) aimed at facility improvements. The document's focus on lighting design suggests an intention to optimize energy use and improve the working environment for government employees, illustrating a commitment to modernization and efficient resource management.
    The document outlines a detailed layout of various rooms and facilities within a Services Building in Orlando, Florida, as part of government infrastructure planning. It includes designations for diverse spaces such as offices, storage, restrooms, classrooms, exam rooms, and multiple recreational areas. The lighting plans are specifically indicated for different areas, ensuring compliance with government standards. The file emphasizes the purpose of these facilities in serving the functions of government operations, possibly in support of federal grants or RFPs aimed at optimizing workspace efficiency and safety. The structured layout helps identify specific areas designated for various activities, including medical examinations, training, and general office work. Importantly, the document is expressly marked for official government use only, highlighting the significance of confidentiality and security in handling the information within. This plan is integral for future government projects, emphasizing the need for well-organized space utilization and adherence to safety regulations as part of facility management.
    The document provides detailed utility usage data for the US Army Garrison Miami's Doral/SOUTHCOM Site from fiscal years 2020 to 2024. It covers three primary utilities: electricity, natural gas, and potable water, highlighting total, average, maximum, and minimum usage metrics for each category. Electricity usage has generally increased over the fiscal years, with a total usage of 19,986,005 kWh projected for FY24. Notably, the pandemic reduced demand during 2020 and 2021 due to personnel limitations. For natural gas, maintenance and auxiliary power usage averages roughly 10,404 cubic feet per year, with a peak recorded during the FY23 full load test. Potable water consumption is divided into domestic and cooling plant usage. Potable water averages 3,127,837 gallons yearly, while central cooling requirements mirror a slightly lower annual average of 10,839,118 gallons. Max usage variations were attributed to leaks and meter issues, underlining the necessity for infrastructure monitoring. The document serves as a vital resource for understanding the energy and water needs of the military installation, which may inform future federal funding requests and operational improvements. Its structured metrics enable effective analysis and planning for utility management.
    The document outlines the procedures for obtaining a visitor's pass to USAG-Miami and HQ USSOUTHCOM located in Doral, FL. It details the steps for pre-registration, including the completion of the SC-HSPD-12 form and submission of two forms of acceptable identification to expedite the entry process. Onsite procedures require reporting to the visitor's center for further verification. It emphasizes that individuals with current Department of Defense military identification can enter without pre-registration. The document includes a local records check form requiring personal information, identity verification, and consent for a background check. It also provides directions for accessing the facility and a list of nearby lodging options for visitors. This structured approach ensures security thoroughness while facilitating access to government facilities. Overall, the document underscores compliance with identification protocols necessary for maintaining security within military installations.
    The document outlines financial schedules related to Utility Energy Savings Contracts aimed at improving energy efficiency through the implementation of Energy Conservation Measures (ECMs). It consists of various schedules detailing proposed cost savings, contractor payments, implementation prices, and cash flows for both the implementation and post-acceptance performance periods. Key components include proposed annual cost savings, total contractor payments, and the performance assurance plan’s support. The schedules emphasize the financial responsibilities of contractors, including the need for adequate supporting information for implementation costs, the inclusion of bonded amounts, and the assessment of termination liabilities upon contract cancellation. Payment structures, financing details, and estimates pertaining to annual cost savings and expected performance are also addressed, ensuring accountability and transparency throughout the lifecycle of the contracts. This document serves as a foundational guide for contractors bidding on government RFPs related to energy savings initiatives, underscoring the emphasis on financial viability and performance metrics in achieving energy efficiency goals.
    The document outlines the Data Item Descriptions (DIDs) required for Energy Conservation Measures (ECMs) within government contracts. It details the necessary reports and plans for the assessment, audit, proposal, design, quality control, safety, and implementation of ECMs, vital for federal RFPs and grants. Each DID specifies the content, preparation instructions, and necessary documentation, ensuring compliance with government standards and processes. Key DIDs include the Preliminary Assessment Report, which outlines findings from initial assessments; the Investment Grade Audit, which analyzes cost feasibility; and the ECM Proposal, detailing anticipated energy savings with supporting calculations. Additional DIDs address safety planning, work scheduling, quality control measures, and design requirements, emphasizing a structured approach to project execution and risk management. Overall, this document serves to guide contractors in providing thorough and compliant submissions for energy efficiency projects, ensuring that all aspects from assessment to implementation are carefully addressed in accordance with government regulations and standards.
    The document details the Florida General Decision Number FL20240215, which outlines wage determinations for building construction projects in Miami-Dade County, excluding single-family homes and smaller apartments. It specifies minimum wage requirements under Executive Orders 14026 and 13658, with rates beginning at $17.20 per hour for certain contracts effective from January 30, 2022, and provides various classifications and wage rates for different types of workers. Additionally, it includes information about the appeals process for wage determinations and worker protections under the Davis-Bacon Act.
    The document outlines the General Decision Number FL20240125, effective January 5, 2024, detailing wage determinations for heavy construction projects in Miami-Dade County, Florida, under the Davis-Bacon Act. It specifies minimum wage rates based on contract dates and includes classifications for various trades, with wages adjusted annually and requirements for paid sick leave under related Executive Orders. Appeals regarding wage determinations can be made through a defined process involving contact with the Wage and Hour Division of the U.S. Department of Labor.
    The document outlines wage determinations under the Service Contract Act, emphasizing that contractors must pay covered workers at least $17.20 per hour for contracts initiated or renewed post-January 30, 2022, or $12.90 for contracts awarded between January 1, 2015, and January 29, 2022. Additionally, it details various occupations and their respective wage rates, fringe benefits, and requirements regarding sick leave under Executive Order 13706. The document also sets forth procedures for addressing unlisted job classifications and the necessary steps for wage conformance requests.
    The document is a Letter of Commitment from a key subcontractor or teaming member addressed to an offeror in the context of a proposed government contract. It expresses the subcontractor’s firm commitment to fulfill specified roles and work activities upon the award of the contract to the offeror. The letter includes sections to indicate the subcontractor's business classification (such as whether it is a small business and any relevant subcategories), the name of the offeror, and the official's signature affirming the commitments made. This structured commitment is critical in government RFPs as it assures the contracting agency of the subcontractor's capabilities and reliability, thus supporting the overall proposal by the offeror for securing federal or local grants and contracts. The letter is designed to validate partnerships within proposals, enhancing the competitive standing of the offeror.
    The Past Performance Questionnaire is a vital document used in federal government RFPs, aimed at evaluating contractor performance based on previous contracts. It requires completion by individuals familiar with the contractor's work, gathering information on the contractor's compliance with safety and labor standards, quality control efforts, customer satisfaction, cost management, and timely performance. The questionnaire includes a rating scale and specific questions about the contractor's ability to manage subcontractors, commitment to minority business participation, and overall performance quality. Final assessments help inform future federal contracting decisions. This standardized tool assists government agencies in assessing the effectiveness and reliability of contractors, ensuring adherence to required standards and regulations in contract performance, ultimately supporting informed contract awards and project outcomes.
    The document outlines requirements for offerors in a federal government Request for Proposal (RFP) related to energy conservation measures. It specifies the need for calculations provided in Excel format, demonstrating the proposed Maximum Implementation Mark-up, Maximum Performance Mark-up, and Maximum Spread Above Treasury Rate, necessary for the bidding process. Key definitions detail what constitutes markup, including overhead, indirect costs, and the stipulation that markups should exclude O&M costs and finance charges. The document categorizes allowable labor rates for key personnel, such as project developers and engineers, across three years (2024-2026), emphasizing the importance of providing a structured supporting narrative to justify the proposed percentages. The overall objective is to ensure transparency and consistency in cost estimations linked to energy projects funded through federal grants and RFPs, ultimately advancing government energy efficiency initiatives.
    The Small Business Participation Plan outlines requirements for federal government offerors to encourage small business participation in contract performance. All offerors, regardless of size, must complete the plan, detailing the expected percentage of work allocated to small businesses as prime contractors or subcontractors. Key sections include categorizing the prime offeror (large or various small business classifications like Woman-Owned or Veteran-Owned) and specifying the estimated work distribution between large and small businesses. Offerors must also document total participation percentages across subcategories and list the principal services or supplies provided by small businesses. A commitment to utilizing small businesses, along with any relevant agreements, must be articulated. Finally, non-U.S. small businesses must submit a separate subcontracting plan per federal regulations, ensuring consistency with the participation plan. This initiative emphasizes the government’s commitment to supporting small businesses and enhancing their role in federal contracts.
    The document serves as a Certificate of Compliance with the Buy American Act (BAA) for solicitation number W912DY-24-R-0047. It certifies that (UTILITY NAME) and its subcontractors will provide products, materials, and supplies that comply with the BAA, meaning they are manufactured in the United States, unless a waiver has been granted. This compliance extends to all contractor-installed items during the contract's term, with the acknowledgement that violations lead to corrective actions, including immediate replacement of non-compliant products. The document also stipulates that any determinations regarding compliance will be maintained in the contractor's files and available for review by Government Contracting Officers. Legal counsel has been consulted to ensure full compliance with the BAA and its regulations. The signature authority of the utility, along with date verification, is also featured, reinforcing accountability and adherence to federal procurement standards. Overall, the purpose of the document is to confirm compliance with U.S. federal procurement laws regarding the sourcing and installation of materials in government contracts.
    The document is an amendment to a solicitation issued by the U.S. Army Engineering and Support Center regarding the procurement of energy assessment services for the United States Army Garrison Miami (USAG Miami). The amendment revises the site visit date and extends deadlines for questions and proposals. The main objective is to select a utility company for a preliminary energy usage assessment, leading to a feasibility study and potential implementation of energy savings solutions under a Utility Energy Service Contract (UESC). The contract follows a firm fixed-price model and is open to any utility servicing USAG Miami. Proposals must be emailed by August 26, 2024, and questions by August 9, 2024. A site visit is scheduled for August 6, 2024, to provide further clarification on the objectives. The solicitation outlines that only pre-selection requirements are due by the closing date. This document reflects the government's intent to streamline the procurement process while ensuring clarity for potential offerors in compliance with federal acquisition regulations.
    The U.S. Army Engineering and Support Center, Huntsville (CEHNC) is soliciting proposals from utility companies to assess energy usage at the United States Army Garrison Miami (USAG Miami). The aim is to develop a Feasibility Study / Investment Grade Audit (FS/IGA) focused on designing energy savings solutions under a Utility Energy Service Contract (UESC) per applicable U.S. statutes. A firm fixed-price contract will be awarded to the utility selected through this process. Proposals are due by August 12, 2024, and must be submitted electronically to specified contacts. A site visit for interested Offerors is scheduled for July 23, 2024. The invitation highlights pre-selection requirements applicable to the project, with successful bidders expected to provide a range of energy improvement services, including LED upgrades, solar installations, efficiency upgrades, and water conservation efforts, all with a contract performance period not to exceed 25 years. The solicitation emphasizes compliance with Federal Acquisition Regulations (FAR) and includes numerous clauses relating to labor standards, certifications, and contractor responsibilities to ensure adherence to government contracting standards and promote equitable business practices.
    The U.S. Army Engineering and Support Center, Huntsville, has issued an amendment to RFP W912DY24R0047, extending the deadlines for questions and proposals, and providing details on a virtual presentation and site visit. The objective of this solicitation is to select a utility company to conduct an energy usage assessment for the United States Army Garrison Miami, followed by potential contracts for developing a Feasibility Study/Investment Grade Audit (FS/IGA). The project aims to implement energy savings and conservation solutions under a Utility Energy Service Contract. Proposals must be submitted via email by 8:00 AM Central Time on September 9, 2024, while questions should be submitted no later than close of business on August 20, 2024. A virtual presentation will take place on August 14, followed by an in-person site visit on August 15, allowing interested offerors to gain insight into the solicitation objectives. The contracts will be a firm fixed-price and will be awarded based on the proposals’ value to the Government. This document outlines the solicitation terms and requirements, focusing on pre-selection criteria due by the closing date while detailing the overall administrative changes resulting from this amendment.
    The document is an amendment to a solicitation from the U.S. Army Engineering and Support Center, pertaining to the evaluation and improvement of energy usage at the United States Army Garrison Miami (USAG Miami). Specifically, the amendment extends the proposal due date to September 23, 2024, for utility firms to submit their proposals for a preliminary assessment and to develop a Feasibility Study / Investment Grade Audit (FS/IGA) focused on energy savings and conservation solutions under a Utility Energy Service Contract (UESC). The solicitation details the criteria for contract award, outlining that the Government seeks the best value proposal from utility companies currently servicing USAG Miami. Proposals must be submitted electronically and will be evaluated based on the pre-selection requirements specified. A virtual site visit is planned for August 14, 2024, with a physical visit on August 15, allowing interested offerors to understand the project’s requirements. The document's intention is clear: to facilitate a transparent and competitive selection process for energy efficiency improvements, ensuring compliance with relevant legislative mandates, while providing a structured approach to proposal submissions and inquiries.
    The U.S. Army Engineering and Support Center is seeking proposals for a utility service contract to conduct an energy usage assessment at the U.S. Army Garrison Miami. The solicitation's due date has been amended to March 12, 2025, with a supplementary site visit scheduled for February 20, 2025. This contract aims to develop a Feasibility Study/Investment Grade Audit (FS/IGA) for designing energy conservation solutions, which could lead to additional contracts based on the audit's results. Proposals must be submitted electronically to specified contacts, with guidelines on required documentation and invoicing processes outlined. The designated contracting representatives and key program managers are listed for further inquiries. In addition, the amendment incorporates various Federal Acquisition Regulation clauses relevant to the contract's execution. This document reflects the commitment to efficient energy management and budget management within the U.S. Army's facility operations while ensuring compliance with federal guidelines.
    The U.S. Army Engineering and Support Center, Huntsville, has issued an amendment to the solicitation W912DY24R0047 concerning a contract to evaluate energy usage at United States Army Garrison Miami (USAG Miami). This aims to award a utility company for crafting a Feasibility Study/Investment Grade Audit (FS/IGA) on energy savings solutions through a Utility Energy Service Contract (UESC). A firm fixed-price contract will be awarded to the proposal deemed the best value, open to utilities servicing USAG Miami. Proposals must be emailed by 8:00 AM Central Time on March 12, 2025, with pre-selection requirements due by this date. Questions should be submitted by February 27, 2025, and a site visit is scheduled for February 20, 2025, inviting three representatives per interested company. The amendment also updates several attachments related to the contract, including project work statements and pricing worksheets, aiming to facilitate the proposal and contract process while ensuring compliance with federal regulations.
    The U.S. Army Engineering and Support Center is extending the deadline for questions and proposals related to a solicitation for a firm fixed-price contract. The contract involves selecting a utility company to assess the energy usage of the United States Army Garrison Miami and develop a Feasibility Study / Investment Grade Audit. This study will inform energy savings and conservation solutions outlined in a Utility Energy Service Contract. If the study is directly funded, a separate contract will be awarded for implementation and debt servicing. The solicitation seeks responses from utilities currently servicing the USAG Miami, with a new proposal deadline of 9 September 2024. A virtual presentation and physical site visit are scheduled to aid offerors' understanding of the project. Only the preselection requirements must be met by the proposal deadline; post-selection requirements are detailed in the solicitation but are not due at this time.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Recruiting Station - Armed Forces Career Center - Miami, FL
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a commercial storefront space to serve as an Armed Forces Career Center in Miami, Florida. The requirements include a space ranging from 4,335 to 6,265 gross rentable square feet, with adequate parking for approximately seventeen government vehicles, and a preference for a full-service lease that includes utilities and janitorial services. This facility is crucial for supporting military recruitment efforts and must comply with various construction and operational standards, including security measures and accessibility requirements. Interested parties should submit their proposals, including a completed Proposal to Lease Space form, to John Jensvold at john.m.jensvold@usace.army.mil by 11:59 PM on March 7, 2025, with the selection process expected to conclude approximately 30 days after the proposal deadline.
    Upgrade Critical Medical Facilities, Joint Base San Antonio, Texas.
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – Fort Worth District, is seeking industry interest and capabilities for the construction of solar photovoltaic (PV) power generation systems at Brook Army Medical Center (BAMC) and Camp Bullis Taylor Burk Medical Clinic in Joint Base San Antonio, Texas. The project involves the design, installation, and commissioning of PV systems within existing parking areas, necessitating both mechanical and electrical work, with an estimated construction budget ranging from $25 million to $100 million and a project duration of approximately 730 days. This initiative underscores the government's commitment to integrating renewable energy solutions while fostering engagement with diverse business entities, particularly small businesses. Interested firms should submit their organizational details and relevant experience by February 28, 2025, with the actual solicitation anticipated to be released in mid-November 2025. For further inquiries, contact Patricia Dickson at patricia.l.dickson@usace.army.mil or Linda Eadie at linda.d.eadie@usace.army.mil.
    Utility Monitoring & Control Systems
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors for the procurement, installation, maintenance, and service of Utility Monitoring and Control Systems (UMCS) and related industrial control systems. The contract aims to ensure efficient operation and compliance with technical standards across various Department of Defense facilities, emphasizing the importance of safety, cybersecurity, and adherence to federal employment standards. With a total estimated value of approximately $2.75 billion and a contract duration of up to seven years, interested firms are encouraged to submit their qualifications and capabilities by email, with specific guidelines outlined in the Sources Sought Notice. For further inquiries, potential respondents can contact Jasmine McCullough or Lashonda Smith via the provided email addresses.
    Project Manager Expeditionary Energy and Sustainment Systems (PM E2S2) Power Distribution Illumination Systems, Electrical (PDISE)
    Buyer not available
    The Department of Defense, specifically the Army's Project Manager Expeditionary Energy and Sustainment Systems (PM E2S2), is seeking proposals for the procurement of Power Distribution Illumination Systems, Electrical (PDISE) to support tactical operations. The contract aims to provide reliable power distribution systems that meet stringent military specifications, ensuring operational effectiveness in extreme conditions. This procurement is critical for enhancing the Army's capabilities in power management and distribution during expeditions. Interested small businesses must submit their proposals by the specified deadline, with the contract valued at an estimated maximum of $58 million over a five-year period, including a base year and an optional four-year ordering period. For further inquiries, potential bidders can contact Jessica Hawkins at jessica.l.hawkins27.civ@army.mil or Mary Suda at mary.a.suda.civ@army.mil.
    Provide Prime Power, Soto Cano Air Base (AB), Honduras
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Mobile, is seeking contractors to provide prime power services at Soto Cano Air Base (AB) in Honduras. The procurement aims to ensure reliable electric power generation, classified under the NAICS code 221112, which pertains to fossil fuel electric power generation. This opportunity is critical for maintaining operational capabilities at the air base, highlighting the importance of consistent utility services in military operations. Interested contractors should note that the deadline for submitting offers has been extended to March 21, 2025, and must acknowledge receipt of the solicitation amendments. For further inquiries, potential offerors can contact Sophia M. Chin at Sophia.M.Chin@usace.army.mil or Benjamin Neely at benjamin.m.neely@usace.army.mil.
    Construction of a Microgrid system at the Conroe Army Reserve Center (ARC) in Conroe, TX
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the construction of a microgrid system at the Conroe Army Reserve Center (ARC) located in Conroe, Texas. This project aims to enhance energy resilience and sustainability at the facility by integrating a microgrid that supports power and communication line infrastructure. The construction of such utilities is critical for ensuring reliable energy supply and operational efficiency for military installations. Interested contractors should reach out to Alex Hamilton at alex.j.hamilton@usace.army.mil for further details, as this presolicitation notice is part of the procurement process under NAICS code 237130, with specific emphasis on the construction of other utilities.
    Roof Replacement- New Orleans District Headquarters Building
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the roof replacement of its headquarters building located in New Orleans, Louisiana. This project involves significant demolition and installation work, including concrete, insulation, roofing systems, and plumbing, with an expected contract value between $5 million and $10 million. The procurement emphasizes compliance with federal regulations, including affirmative action requirements and the necessity for contractors to be registered in the System for Award Management (SAM). Proposals are due electronically by March 3, 2025, and interested parties should direct inquiries to Nakiea Butler at nakiea.b.butler@usace.army.mil or 504-862-1772, while also noting that site visits must be completed by February 19, 2025, and questions regarding the solicitation are due by February 20, 2025, at 10 AM CST.
    Recruiting Station-Armed Forces Career Center-Lauderdale Lakes, FL
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a commercial storefront space ranging from 5,034 to 7,200 gross rentable square feet in Lauderdale Lakes, Florida. The leased space must accommodate approximately twenty government vehicles and include a full-service lease covering utilities and janitorial services, with a five-year term and government termination rights. This procurement is crucial for establishing a functional Armed Forces Career Center, ensuring compliance with federal standards for military recruitment facilities. Interested parties should submit their proposals, including a completed Proposal to Lease Space form, to John Jensvold at john.m.jensvold@usace.army.mil by 11:59 PM on March 7, 2025, and must be registered in the System for Award Management (SAM) prior to contract award.
    Loyalhanna Lake Resource Managers Parking Lot Solar LED Lighting System Installation
    Buyer not available
    The Department of Defense, through the Department of the Army's W072 Endist Pittsburgh office, is soliciting proposals for the installation of a solar LED lighting system in the parking lot of Loyalhanna Lake. This project aims to enhance the lighting infrastructure, ensuring improved safety and visibility for users of the facility. The installation of such energy-efficient lighting systems is crucial for promoting sustainability and reducing operational costs associated with traditional lighting methods. Interested small businesses are encouraged to reach out to Mario Dizdarevic at mario.dizdarevic@usace.army.mil or by phone at 502-315-7421, or Connie Ferguson at connie.l.ferguson@usace.army.mil or 412-395-7551 for further details regarding the solicitation process.
    TW-25 Air Conditioning Unit Rentals
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to issue a Request for Quote (RFQ) for the rental of a portable air conditioning unit (30,000 BTU) to be delivered to the Medical Treatment facility in Port of Spain, Trinidad and Tobago. This procurement aims to support US Army South's operational needs, ensuring that the facility is equipped with necessary climate control during the specified contract period from April 23, 2025, to May 9, 2025. Contractors must provide all necessary personnel, equipment, and services, and proposals will be accepted from February 25, 2025, to March 11, 2025. Interested bidders are required to register with SAM.gov and comply with local laws, with funding contingent upon the availability of appropriated funds. For inquiries, potential offerors may contact David Garza at david.l.garza5.mil@army.mil or SSG Paul Adamo at paul.m.adamo.mil@army.mil.