Concrete Pad at Fresno 1106th AVCRAD
ID: W912LA24Q0025Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MX USPFO ACTIVITY CA ARNGSAN MIGUEL, CA, 93451-5000, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF OTHER AIRFIELD STRUCTURES (Y1BZ)

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 construction of a concrete pad at the Fresno AVCRAD facility located at 5140 Dakota Avenue, Fresno, California. The project entails the installation of approximately 5,460 square feet of 3000 psi Portland Cement Concrete over a 5-inch aggregate base, with a focus on ensuring proper drainage and compliance with safety standards. 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 should submit their quotes via email by the specified deadline, with an estimated project cost between $100,000 and $250,000 and a performance period of 270 calendar days from the notice to proceed. For further inquiries, contact Jackson Woods at jackson.c.woods.civ@army.mil or Paul Ochs at paul.n.ochs.mil@army.mil.

    Files
    Title
    Posted
    The document outlines the specifications for two concrete pads at the 1106th Aviation Classification Repair Activity Depot (AVCRAD) in California. The first pad is designated for vehicle entrance to the base and work site, facilitating access to essential operations. The second pad serves multiple purposes, including a laydown yard and providing entry and exit points through the west hangar gate. The focus on constructing these concrete pads underscores the importance of efficient infrastructure for operational management within the military facility. Overall, this initiative aligns with government efforts to enhance logistical capabilities and support military readiness, highlighting the significance of such RFPs in securing necessary resources and improvements for government facilities.
    The Department of Defense's National Guard Bureau issued Amendment 02 for RFP W912LA24Q0025 concerning the Fresno Concrete Pad project. The amendment responds to vendor inquiries following a site visit and updates the project drawing. Key points include submission instructions for quotes, which must be sent via email rather than by mail, and the requirement for contractors to submit filled SF 1442 forms along with current certifications from SAM.gov. The amendment clarifies that no water supply will be provided on site, with contractors responsible for dust control using external water sources. It also addresses contractor access to facilities, project hours, and security protocols, including daily check-ins. Further, it specifies that the government will remove existing mats, while contractors must manage material disposal and utility markings. The active flight line at the base necessitates precautions against rotor wash, and contractors should have hearing protection available. Overall, the amendment serves to provide clear guidance on project expectations and requirements, facilitating the procurement process while ensuring compliance with operational safety and security standards.
    The document outlines the construction specifications for a concrete pad foundation associated with the AVCRAD Parts Shed project located at 5168 East Dakota Avenue, Fresno, California, under the authority of the California Military Department. The project requires contractors to visit the site for accurate measurements, ensure utility protection during construction, and adhere to defined safety protocols and local regulations. Key responsibilities include demolition, removal, and proper disposal of materials. The concrete specifications stipulate specific compressive strength requirements based on the use case, including minimum standards of 4000 PSI for footings and various slab types. The contractor is responsible for submitting concrete mix designs for approval and ensuring that all construction methods follow the latest American Concrete Institute standards. Additionally, site safety measures must be implemented, including public access controls during construction. The document further emphasizes the need for proper inspections and testing protocols to maintain compliance with structural integrity standards throughout the construction process. This structured approach ensures not only compliance with state and federal regulations but also the safety and efficiency of the project.
    The California Military Department's request outlines the construction of concrete pads for the AVCRAD Parts Shed located at 5168 East Dakota Avenue, Fresno, CA. The document emphasizes the contractor's responsibilities, including verifying dimensions on-site, managing utility damages, and ensuring public safety during construction. Key elements of the project include obtaining the required materials and adhering to specified concrete standards, such as a minimum compressive strength of 4,000 PSI for footings and foundations. The contractor is tasked with site preparation, including excavating and laying down proper foundations, along with ensuring concrete mixes meet American Concrete Institute standards. The document also highlights the necessity of coordination with site personnel to mitigate disruptions to existing utilities and emphasizes strict regulations for demolition and waste disposal. Safety measures are mandated, including traffic control during construction, and clear protocols for inspections and material testing are established to ensure compliance with local and federal guidelines. This project reflects California's focus on systematic and compliant construction practices within state-funded initiatives, underlining the functionality and safety of military infrastructure improvements.
    The California Military Department is undertaking a project to install a concrete pad at the TASMG AVCRAAD facility in Fresno. This project manual outlines the requirements, including specifications for labor, materials, and adherence to safety and environmental regulations. The contractor is responsible for providing a 5-inch thick Portland Cement Concrete slab supported by a 5-inch aggregate base, ensuring proper drainage with a minimum slope. Key responsibilities include scheduling, demolition care, and material submittals, with the requirement for a supervisor fluent in English on-site at all times. The document emphasizes compliance with OSHA standards, collaboration via designated software (Procore), and maintaining stringent communication protocols. Specific sections detail changes in work, submittal procedures, and administrative requirements, reinforcing contractor accountability for quality and schedules. This project represents a commitment to enhancing military infrastructure while adhering to regulatory standards and safety protocols, critical in federal and local RFP contexts.
    The document outlines a federal Request for Quote (RFQ) for a project to construct a concrete pad at the Fresno AVCRAD facility in California. The project, identified as W912LA24Q0025, involves the installation of approximately 5,460 square feet of 3000 psi Portland Cement Concrete over a proper aggregate base. The estimated cost for this construction ranges between $100,000 and $250,000, with a performance period of 270 calendar days from the notice to proceed. The solicitation is exclusively for small businesses, conforming to the NAICS code 237310 and a size standard of $45 million. Winning contractors must submit various documents, including guarantees, and adhere to federal wage rates under the Davis-Bacon Act. A site visit is scheduled for bidders, and questions must be submitted via email by a specified date. The solicitation underscores a commitment to safety and compliance with established regulations, including proper handling of materials and labor standards. Overall, this RFQ represents the government’s strategic approach to enhancing its facilities while supporting small businesses through fair competition in public contracting.
    This document is an amendment to a solicitation for a Request for Quote (RFQ) regarding a concrete pad project for the TASMG AVCRAD in Fresno, CA. The primary purpose of the amendment is to update the site visit information and make minor administrative corrections. A site visit is scheduled for August 29, 2024, at 9:00 AM PST, allowing interested bidders to assess the project site and ask questions, although no questions will be addressed during the visit itself. The RFQ is set aside for small businesses, with offers evaluated based solely on price under the Simplified Acquisition Procedures defined in FAR Part 13. It specifies that the contract will be awarded to the lowest responsive offeror. Additional details, such as the applicable Construction Wage Rates and instructions for submitting quotes, are outlined in the document. Offerors are reminded that preparation costs for quotes are not reimbursable by the government. The amendment includes references to federal regulations and emphasizes the importance of timely communication regarding questions or clarifications. Overall, the document serves as an official notification to potential contractors about the project scope, site visit, and instructions for submission in compliance with federal contracting guidelines.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Design-Bid-Build, Sentinel Air Education Training Command (AETC) Formal Training Unit
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is seeking proposals for a major construction project at the Vandenberg Space Force Base in California. The Design-Bid-Build contract aims to construct a 152,900 square foot Air Education and Training Command (AETC) Formal Training Unit. This integrated facility will support Ground Based Strategic Deterrent (GBSD) training, combining maintenance and operations instruction under one roof. The building will house training bays, labs, headquarters, and academic spaces, with approximately 100 parking spaces. The project has a steel core structure design and a performance period estimated at 1,000 calendar days. The work involved includes: Construction of a permanent facility, adhering to DOD Unified Facilities Criteria. Compliance with DOD anti-terrorism/force protection requirements. Site preparation, including clearing, grubbing, and grading. Utility connections for water, sewer, electrical, and mechanical services. Installation of security, communication, and fire protection systems. Construction of parking areas and walkways. With an estimated value between $100 million and $250 million, the project requires compliance with Buy American and Trade Agreements Act provisions. Offerors must be prepared to work under a Project Labor Agreement (PLA), which will be incorporated into the solicitation. Additionally, large businesses awarded contracts over $1.5 million must submit subcontracting plans. Interested parties should register on the Procurement Integrated Enterprise Environment (PIEE) suite to access the solicitation when it is issued. The primary point of contact for this opportunity is Stanislav Sekacov, Contracting Officer, whose details are available in the listing. All applicants should ensure they can meet the requirements and deadlines outlined in the upcoming solicitation. The government reserves the right to cancel, delay, or modify the project at any stage.
    Maintain and Repair Pavements
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a contract to maintain and repair pavements at the San Diego Air National Guard Station. The contractor will be responsible for providing all necessary resources, including labor, materials, equipment, and supervision, to complete the work in accordance with the provided specifications and Statement of Work (SOW). This procurement is crucial for ensuring the safety and functionality of the air station's infrastructure, which supports military operations. Interested small businesses should note that this opportunity is a Total Small Business Set-Aside, and they can contact Carmen Ridener at carmen.ridener@us.af.mil or 210-671-3246 for further details. The contract award will be contingent upon the availability of appropriated funds, with an amendment issued on September 13, 2024, updating wage rate requirements and providing additional information from a pre-bid conference.
    Repair Vehicle Access Gate
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of an automatic vehicle access gate at the Fresno Air National Guard Base. The project requires contractors to provide all necessary personnel, equipment, and materials to execute the repairs as outlined in the Performance Work Statement, which includes replacing existing traffic loops and ensuring compatibility with the ADVANTOR access system. This procurement is critical for maintaining security and operational efficiency at the base, with the contract set aside exclusively for small businesses under the SBA guidelines, and a total estimated value of approximately $22 million. Interested parties must submit their quotes electronically by September 20, 2024, and can direct inquiries to the 144th Contracting Office at 144.FW.FAL.MSC.Contracting@us.af.mil or by phone at (559) 454-5129.
    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.
    $99M California Construction MATOC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is soliciting proposals for a $99 million construction Multiple Award Task Order Contract (MATOC) focused on commercial and institutional building construction in California. This opportunity is set aside for small businesses, in accordance with FAR 19.5, and aims to support various construction projects that may arise within the specified region. The procurement is significant as it facilitates the development and maintenance of essential infrastructure, contributing to the operational capabilities of the Army. Interested contractors should reach out to Gilbert Coyle at gilbert.coyle@usace.army.mil or Barton Kirkpatrick at barton.t.kirkpatrick@usace.army.mil for further details, and note that the response date is pending the release of Amendment 0004, with the current amendment (Amendment 0003) issued on August 20, 2024.
    FLOOR LEVELING PROJECT
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting quotes for a concrete floor leveling project at Building 2059, Naval Support Activity Crane, Indiana. The project involves leveling a 3,000-square-foot area where the floor has settled approximately 4 inches, with a strong emphasis on achieving precise flatness to ensure mission readiness. This procurement is a total small business set-aside, with an estimated project cost between $25,000 and $100,000, and requires compliance with various safety, environmental, and quality control regulations. Interested contractors must submit their quotes by September 16, 2024, at 4:00 PM Eastern Time, and can direct inquiries to Kacey Jones at Kacey.l.jones5.civ@us.navy.mil.
    Long Branch Lake Administration Building Concrete and Sidewalk Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting bids for the replacement of concrete sidewalks and tuckpointing at the Long Branch Lake Administration Building in Macon, Missouri. This project involves the demolition, removal, and replacement of select concrete slabs and sidewalks, along with minimal mortar removal and replacement due to existing cracks. The contract is a total small business set-aside, with an estimated value between $25,000 and $100,000, and a performance period of 180 days from the Notice to Proceed. Interested contractors must submit their bids by September 18, 2024, and are encouraged to attend a pre-bid site visit on September 10, 2024. For further inquiries, contractors can contact Angella Curran at angella.curran@usace.army.mil or Christopher Anderson at christopher.w.anderson@usace.army.mil.
    IFB - Beale AFB - Aircrew Readiness Facility Addition and Renovation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the construction and renovation of the Aircrew Readiness Facility at Beale Air Force Base in California. This project involves the addition of a 4,596 square foot facility, including restrooms, crew quarters, and service rooms, as well as the renovation of approximately 1,961 square feet of existing space to support aircrew operations. The initiative is crucial for enhancing military readiness and operational efficiency, ensuring compliance with Department of Defense standards and safety regulations. Interested HUBZone small businesses must submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE) by September 18, 2024, with a total estimated project cost between $5 million and $10 million. For further inquiries, contractors can contact Adam Brooks at adam.m.brooks@usace.army.mil or by phone at 502-315-7049.
    Playground Rubberized Resilient Surface Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is seeking bids for the replacement of the rubberized resilient surface at the playground of the Child Development Center located at Defense Distribution Depot San Joaquin in Tracy, California. The project involves the procurement and construction services to replace approximately 7,100 square feet of existing poured-in-place rubberized surfacing, requiring all necessary labor, materials, and equipment to complete the work in accordance with provided specifications and drawings. This opportunity is set aside for small businesses, with a contract value estimated between $250,000 and $500,000, and the Invitation for Bid (IFB) is expected to be issued around July 25, 2024. Interested contractors should direct inquiries to Mogen Gilson at mogen.gilson@dla.mil and ensure they are registered in the System for Award Management (SAM) to be eligible for award consideration.
    B107 Install Concrete Pads, NSA Mechanicsburg PA
    Active
    Dept Of Defense
    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.