SOLICITATION--U.S. Army West Point Construction Post Wide Paving
ID: W911SD-24-R-0120Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-WEST POINTWEST POINT, NY, 10996-1514, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)

Set Aside

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

    The Department of Defense, through the Mission and Installation Contracting Command at West Point, NY, is soliciting proposals for a construction contract focused on post-wide paving at the U.S. Military Academy. This contract, designated as a Total Small Business Set-Aside under NAICS code 237310, aims to provide maintenance and repair services for roads and parking areas, with a performance period spanning from December 2024 to December 2029, and an estimated annual funding between $1 million and $5 million. The project is critical for maintaining essential infrastructure at a historic military site, emphasizing compliance with federal regulations, environmental stewardship, and safety protocols during construction. Interested contractors must submit their proposals by November 25, 2024, and are encouraged to direct inquiries to Ignacio Cordova at ignacio.j.cordova2.civ@army.mil or Marlene Barretto at marlene.g.barretto.civ@army.mil.

    Files
    Title
    Posted
    The government document outlines a Request for Proposal (RFP) regarding paving work at West Point for roads and parking areas under Solicitation # W911SD-24-R-0120. It details various construction tasks categorized by required mobilization, milling, excavation, and installation services, specifying unit prices, estimated quantities, and total costs for each item. The document is structured into four option periods, with accompanying line items for activities such as cold milling, pavement removal, and drainage installations, among others. Each activity is associated with a specific unit measure and estimated quantity, aimed at obtaining competitive bids from contractors to perform the work. This submission serves to solicit contractors to provide comprehensive paving services, adhering to federal grant requirements, and contributing to infrastructure maintenance and improvement efforts at West Point. The scope highlights the government’s commitment to maintaining transportation infrastructure while ensuring compliance with budgetary and regulatory standards in the contracting process.
    The solicitation seeks a contractor to provide maintenance and repair services for roads and parking areas at the United States Military Academy in West Point, NY, covering a base year and four option years from December 2024 to December 2029. The estimated annual funding for this project ranges between $1 million and $5 million, set aside specifically for small businesses, adhering to the applicable NAICS code 237310, with a size standard of $36.5 million. Proposals are due by November 25, 2024, and performance is expected to commence within 10 calendar days following the award. Drafted as a firm-fixed-price (FFP) contract, it emphasizes strict compliance with performance and payment bond requirements. The document outlines comprehensive services, specifying detailed work items like cold milling, paving, drainage, signs, and curbs, among others. This solicitation reflects the government's approach to maintaining critical infrastructure while ensuring the inclusion of small business participation in federal contracts.
    The Performance Work Statement details the requirements for paving tasks at the U.S. Army Garrison-West Point, effective from January 5, 2024. The contractor is responsible for providing necessary personnel, materials, and coordination for paving projects across various locations at the U.S. Military Academy, with specific operational hours. Task Order proposals will be solicited from the contractor by the Contracting Officer Representative (COR), and site visits are mandatory for proposal preparation. Working conditions mandate that construction activities align with military ceremonies to minimize disruptions. The contractor must comply with environmental protection laws concerning the discovery of historical artifacts during work. Additionally, strict housekeeping, safety protocols, and waste disposal measures are required throughout the project. A comprehensive quality control plan, together with proper traffic management strategies during construction, are pivotal to ensure project adherence to regulations while maintaining public safety. Effective execution will be monitored through mandatory documentation, inspections, and adherence to set payment procedures. This contract emphasizes federal compliance and environmental stewardship while undertaking essential maintenance of the infrastructure at a historic military site.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SYNOPSIS POST WIDE PAVING CONTRACT at USMA
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command Installation Contracting Office in West Point, NY, is issuing a Special Notice for a Post Wide Paving Contract at the United States Military Academy (USMA). This procurement is exclusively set aside for small businesses under NAICS code 237310, which pertains to Highway, Street, and Bridge Construction, with a size standard of $45 million. The project is crucial for maintaining and improving the infrastructure at West Point, ensuring safe and efficient transportation within the installation. Interested small businesses must be registered in the System for Award Management (SAM) and are advised to check for the solicitation, expected to be released around the week of October 14, 2024, on the SAM website. For further inquiries, potential offerors can contact Ignacio Cordova at ignacio.j.cordova2.civ@army.mil or Marlene G. Barretto at marlene.g.barretto.civ@army.mil.
    West Point Military Academy, NY, Multiple Award Task Order Contract (MATOC)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army, is seeking qualified contractors for a Multiple Award Task Order Contract (MATOC) to support maintenance, repair, and minor new construction projects at the West Point Military Academy and the Steward Army Sub Post in New Windsor, NY. The contract will encompass a broad range of services, including design-bid-build projects, aimed at enhancing the facilities managed by the Directorate of Public Works (DPW). This procurement is critical for maintaining the operational readiness and infrastructure of military facilities, ensuring they meet the necessary standards for service members. Interested contractors should note that the proposal submission date has been extended indefinitely, with further details to be provided upon completion of a new sample task order; inquiries can be directed to Danielle Beavers-Rose at danielle.beavers-rose.civ@army.mil or by phone at 757-501-8331.
    SYNOPSIS-POST WIDE MASONRY CONTRACT AT WEST POINT, NY
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at West Point, NY, is announcing a presolicitation for a masonry contract exclusively set aside for small businesses. This contract, categorized under NAICS code 238140 with a size standard of $19 million, aims to support the maintenance of miscellaneous buildings at the West Point installation. Interested contractors must be registered as small businesses in the System for Award Management (SAM) and ensure their UEI and Cage Code are current and valid. The solicitation is expected to be released in electronic format around the week of October 21, 2024, and interested parties should monitor the SAM website for updates and submission guidelines. For further inquiries, contact Tara D'Amico at tara.m.damico.civ@army.mil or Marlene Barretto at marlene.g.barretto.civ@army.mil.
    CARPETING SERVICES B+4 (WEST POINT NY)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified small businesses to provide carpeting services at the United States Military Academy at West Point, NY. The procurement involves the removal and installation of carpeting at various locations, with a focus on ensuring compliance with quality control, safety, and environmental standards. This opportunity is significant as it aims to maintain the aesthetic and functional integrity of military facilities, with a contract structure that includes a base year and four one-year options. Interested parties must respond to the Sources Sought Notice by November 1, 2024, at 1400, and can direct inquiries to Sonya D. Van Valkenburg at sonya.d.vanvalkenburg.civ@army.mil.
    "U-Lot" Parking Lot Paving and Line Striping
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army at Tobyhanna Army Depot, is soliciting bids for the "U-Lot" Parking Lot Paving and Line Striping project in Tobyhanna, Pennsylvania. The project entails comprehensive improvements to the U Parking Lot, including excavation, regrading, paving, and line striping, with a focus on compliance with PennDOT standards and strict safety regulations. This opportunity is exclusively set aside for small businesses, with an estimated contract value between $150,000 and $250,000, and bids are due by October 30, 2024, with a public opening scheduled for the same date. Interested contractors should direct inquiries to Mark Buonomo at mark.buonomo2.civ@army.mil or call 570-615-9781.
    $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.
    Pavement Repair Blanket Purchase Agreement, Cape Cod Canal, Buzzards Bay, MA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting qualified small businesses for a Pavement Repair Blanket Purchase Agreement (BPA) at the Cape Cod Canal in Buzzards Bay, Massachusetts. The procurement involves various tasks including the removal and installation of pavement, subgrade repairs, welding, and traffic control, with a focus on maintaining safety and compliance with Massachusetts Department of Transportation standards. This BPA is crucial for ensuring the upkeep of vital infrastructure, with a total master limit of $250,000 and individual call limits of $25,000 over a performance period of 36 months. Interested vendors must submit their firm-fixed-price quotes by October 29, 2024, and ensure they have an active registration in SAM.gov; inquiries should be directed to Contract Specialist Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    Solicitation: 63rd RD Region 1 (Arkansas and Oklahoma) Design-Build MATOC IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort McCoy, Wisconsin, is seeking qualified small businesses for a Design-Build Multiple Award Task Order Contract (MATOC) for renovation and construction projects in Arkansas and Oklahoma. The procurement encompasses a wide range of construction services, including but not limited to carpentry, roofing, electrical, plumbing, and general construction, aimed at maintaining and improving real property facilities for the 63rd Readiness Division. This opportunity is significant as it supports the military's infrastructure needs while adhering to high standards of quality and performance, with a maximum contract value of $15 million over a five-year period. Interested vendors should note that the solicitation is expected to be issued within 15 days, with an anticipated award date of January 1, 2025, and all inquiries should be directed to Francisco Arocho at francisco.j.arocho.mil@army.mil or Steven Bailey at steven.m.bailey2.civ@army.mil.
    $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) New Orleans District, Mississippi Valley Division – USACE
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) for the New Orleans District, Mississippi Valley Division – USACE. This contract is a 100% Small Business Set-Aside and will be used for various types of repair and maintenance of real property and construction services within the Mississippi Valley Division area of responsibility. The contract will have an ordering period of five years and task orders will range between $2.5K and $25M. The official solicitation is expected to be posted on or about 11 June 2023 on the SAM website. Contractors must register on SAM to download the solicitation.
    Postwide Construction Multiple Award Task Order Contract (MATOC)
    Active
    Dept Of Defense
    The Department of the Army is seeking qualified contractors for a Postwide Construction Multiple Award Task Order Contract (MATOC) at Aberdeen Proving Ground, Maryland. This procurement aims to establish a Firm-Fixed Price Indefinite Delivery Indefinite Quantity contract for a range of construction services, including maintenance, renovation, demolition, and environmental services, with a focus on supporting the Army's operational capabilities. The contract will span five years, with an estimated total value of $110 million, and is set aside for 8(a) small businesses, with responses due by 2 PM EST on November 8, 2024. Interested parties should submit their capabilities statements and ensure they are registered in the System for Award Management (SAM) to be considered for this opportunity.