Nolin River Lake Office Demolition
ID: W912QR25Q0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

Set Aside

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

    The Department of Defense, through the U.S. Army Engineer District in Louisville, is soliciting bids for the demolition of the Nolin River Lake Office and an adjacent storage building in Bee Spring, Kentucky. The project includes essential tasks such as asbestos removal and site grading, with an estimated construction cost ranging from $100,000 to $250,000, and is exclusively set aside for small businesses under NAICS code 238910. Contractors are required to begin work within 14 days of receiving a notice to proceed and complete the project within 90 days, adhering to safety and environmental regulations throughout the process. Interested bidders must submit their quotes by March 7, 2025, and are encouraged to attend a site visit on February 26, 2025, at 10 a.m. central time, with further inquiries directed to Amber Drones at amber.l.drones@usace.army.mil or John Butts at john.c.butts@usace.army.mil.

    Files
    Title
    Posted
    The government document outlines the scope of work for the demolition of the Nolin Lake Project Office and an adjacent storage building, including asbestos removal and grading of the demolition site. The estimated construction cost ranges between $100,000 and $250,000, and the project is designated 100% for small businesses under NAICS code 238910. A fixed-price contract will be awarded to the lowest bidder, with a requirement for performance and payment bonds. Contractors must begin work within 14 days of receiving a notice to proceed and complete it within 90 days. Key responsibilities include maintaining safety protocols, adhering to environmental regulations, and ensuring proper asbestos disposal. A site visit is encouraged before bidding, with quotes due by March 7, 2025. The contractor must be registered in the System for Award Management and comply with specific labor regulations and safety requirements outlined in the proposal. The document serves to facilitate the procurement process for federal construction contracts, emphasizing compliance, safety, and community standards in environmental work.
    This document serves as an amendment to a federal solicitation related to a contract from the U.S. Army Engineer District in Louisville. It announces a rescheduling of a site visit due to winter weather warnings, moving the date from February 19, 2025, to February 26, 2025, at 10 a.m. central time. While the amendment provides procedural instructions for bidders to acknowledge receipt of this change, it clarifies that the terms and conditions of the original solicitation remain unchanged. The document emphasizes the importance of timely acknowledgment to avoid rejection of bids and outlines methods to submit acknowledgments. It reiterates that if contractors wish to modify existing offers based on this amendment, they should do so before the specified deadline. Overall, the document is structured to ensure clarity in communication regarding key changes and procedural compliance for potential contractors involved in U.S. Army contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    183 CES Demolish Buildings 12 & 13
    Buyer not available
    The Department of Defense, specifically the Army National Guard, is soliciting bids for the demolition of Buildings 12 and 13 at the 183rd Wing in Springfield, Illinois. The project requires contractors to safely remove the buildings and associated utilities, including the abatement of asbestos and dismantling of electrical systems, while adhering to environmental regulations and safety standards. This opportunity is a total small business set-aside, with an estimated contract value between $250,000 and $500,000, and a performance period of up to 180 days from the notice to proceed. Interested bidders must submit sealed bids and comply with all solicitation requirements, with further details available through the primary contacts, Alicia C. Braun and Amanda Brenizer, at the provided email addresses and phone numbers.
    Nolin cleaning Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a janitorial services contract for the Nolin River Lake Project Office in Kentucky. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at up to $22 million, is set aside for small businesses under NAICS code 561720 and will cover cleaning and maintenance services across various recreational areas, including restrooms, picnic shelters, and playgrounds. The contract's base year is scheduled from April 1, 2025, to March 31, 2026, with options for three additional one-year extensions, and interested contractors must submit their quotes electronically by February 25, 2025. For further inquiries, potential bidders can contact Marcie Billotto at marcie.billotto@usace.army.mil or by phone at 502-315-6213.
    183 CES Demolish Buildings 12 & 13
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors for the demolition of Buildings 12 and 13 located in Springfield, Illinois. The project requires the contractor to provide all necessary labor, materials, tools, and supervision to safely demolish the structures, including the abatement of hazardous materials and site restoration to meet current codes and Department of Air Force Instruction requirements. This contract is set aside 100% for small businesses, with an estimated value between $250,000 and $500,000, and is expected to be awarded in mid-March 2025 following a pre-bid conference in February. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or 217-757-1265 for further details and ensure they are registered in SAM.gov to access the solicitation documents.
    Barren River Lake Hydraulic Replacement
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Barren River Lake Hydraulic Replacement project located in Glasgow, Kentucky. The project involves the removal and replacement of critical hydraulic system components at the Barren River Lake control tower, ensuring that one hydraulic system remains operational during repairs while adhering to strict safety and environmental regulations. This initiative is vital for maintaining infrastructure reliability and operational efficiency, with a contract value estimated between $100,000 and $250,000, set aside entirely for small businesses. Interested contractors must submit sealed bids by 10:00 AM on February 21, 2025, and can direct inquiries to Kelly Duggins at Kelly.S.Duggins@usace.army.mil or by phone at 502-315-6013.
    IR DEMO PROJECTS FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for the IR Demo Projects FY24 at Marine Corps Base Camp Lejeune, North Carolina, focusing on the demolition of fifty-three buildings. The project requires contractors to manage the demolition process while adhering to safety and environmental regulations, particularly concerning hazardous materials such as asbestos and lead-based paint, as identified in prior surveys. This procurement is set aside for small businesses under NAICS code 238910, with a firm-fixed-price contract structure, emphasizing the importance of compliance with federal regulations and proper disposal of hazardous materials. Proposals are due by 10:00 AM (EST) on March 19, 2025, and interested vendors should contact Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil for further information.
    Mowing, Maintenance, Cleaning & Herbicide IDIQ at Carr Creek Lake
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide mowing, maintenance, cleaning, and herbicide application services at Carr Creek Lake in Kentucky. The contract will be awarded as a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) agreement, with a total estimated budget of $47 million, covering a base period through December 31, 2025, and extending through multiple option years until December 2029. This procurement is crucial for maintaining public recreational areas and ensuring compliance with federal, state, and local regulations while promoting the hiring of U.S. veterans. Interested parties must submit their quotes electronically by March 3, 2025, and can contact Alyson Klinglesmith at alyson.m.klinglesmith@usace.army.mil or 502-315-6463 for further information.
    Buckhorn Tailwater Streamline Erosion
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue an Invitation for Bid (IFB) for the Buckhorn Tailwater Streambank Erosion project in Buckhorn, Kentucky. The project involves essential construction activities including re-grading the slope for repair, placing riprap stone armoring, and replacing concrete and gravel camper pads, among other related tasks. This procurement is significant for maintaining the integrity of the streambank and ensuring safe access for campers and visitors in the area. The contract, which is set aside for 100% small business participation, is expected to have a value between $500,000 and $1,000,000, with the solicitation anticipated to be released around January 13, 2024. Interested contractors should contact Adyson Medley at adyson.medley@usace.army.mil for further information and ensure they are registered in the System for Award Management (SAM) to be eligible for the contract.
    Debris Removal Vehicles (DRV) - Barges
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the design and construction of two coupled steel work barges intended for debris removal operations at Lake Cumberland, Kentucky. The project requires the barges to be approximately 75 feet long and 36 feet wide, equipped with a knuckle boom for material handling, and compliant with American Bureau of Shipping class requirements, ensuring safety and structural integrity during operations. This procurement is crucial for enhancing the efficiency of debris removal efforts in federal public service, with a total project duration of 562 days and specific timelines for design submissions and revisions. Interested small businesses should contact Scott Ellis at Robert.S.Ellis@usace.army.mil or Samantha Bautch at samantha.d.bautch@usace.army.mil for further details.
    Defense Supply Center Richmond - Building 19 Partial Demolition
    Buyer not available
    The Defense Logistics Agency, under the Department of Defense, is soliciting bids for the partial demolition of Building 19 at the Defense Supply Center Richmond in Virginia. This project, set aside for small businesses, involves the careful demolition of the existing structure while preserving utilities servicing a credit union and converting the area into greenspace, adhering to strict safety and environmental regulations. The estimated contract value ranges between $1 million and $5 million, with a performance period of 365 days following the Notice to Proceed. Interested contractors must submit their bids by March 12, 2025, and can contact Brandon Jump at brandon.jump@dla.mil or 804-279-4512 for further information.
    ROUGH RIVER DAM SAFETY MODIFICATION PHASE II: NEW OUTLET WORKS AND CUTOFF WALL PROJECT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Rough River Dam Safety Modification Phase II project, which involves the construction of new outlet works and a cutoff wall at the Rough River Reservoir in Falls of Rough, Kentucky. This project aims to enhance the safety and structural integrity of the dam, addressing critical geological concerns identified in previous assessments, including karst features and internal erosion risks. The modifications are essential for maintaining effective water management and flood control, reflecting the government's commitment to infrastructure resilience. Interested contractors should contact Adyson Medley at adyson.medley@usace.army.mil or call 502-315-6211 for further details, with proposals due by April 18, 2025, and an estimated contract value between $250 million and $500 million.