W912QR24R0031 - D/B/B - Area Maintenance Support Activity - Wilkes-Barre, Pennsylvania
ID: W912QR24R0031Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build construction of the Area Maintenance Support Activity (AMSA) facility in Wilkes-Barre, Pennsylvania. This project involves the construction of a 13,744 square-foot facility, including supporting structures and site improvements, with a focus on sustainability, accessibility, and compliance with security measures. The estimated contract value ranges between $10 million and $25 million, with proposals due electronically by October 18, 2024. Interested contractors should contact Ryan King at ryan.m.king2@usace.army.mil for further information and are encouraged to attend scheduled site visits on September 4 and September 11, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as a change notice for a scheduled site visit related to a construction solicitation. The original date for the site visit on September 4, 2024, has been modified from 1300 EDT to 1030 EDT. Additionally, a second site visit is now scheduled for September 11, 2024, also at 1030 EDT. Offerors are encouraged to attend these organized visits to inspect the worksite located at 141 2nd Street, Wilkes Barre, PA 18702. The document also references relevant clauses concerning site conditions that will be included in contracts resulting from the solicitation. Interested parties should contact Brian Walton at 717-409-9047 for further inquiries. This notice underscores the importance of site evaluations in compliance with federal regulations regarding construction projects.
    The document outlines the Area Maintenance Support Activity (AMSA) project for the US Army Corps of Engineers, focusing on the construction plans and specifications for a facility located at 141 2nd Street, Wilkes-Barre, PA. Key elements include drawings and details essential for executing the project, such as fire protection systems, occupancy classifications, and structural plans. The facility addresses multiple occupancy types, including business and high-hazard classifications, ensuring compliance with the latest building codes and safety standards. The project incorporates a fully sprinklered system designed per NFPA standards and emphasizes fire resistance requirements, egress strategies, and structural integrity necessary for operational safety. Additionally, it outlines the occupancy load calculations and necessary provisions for hazardous materials, ensuring a comprehensive safety and operational framework for the facility. Overall, the submission serves as the certified final documentation for the project, detailing technical requirements, compliance measures, and architectural elements that will support safe and efficient facility management.
    The solicitation for the Wilkes-Barre Area Maintenance Support Activity (AMSA) project outlines a Design-Bid-Build construction project in Wilkes-Barre, PA, with an estimated cost between $10 million and $25 million. The project includes constructing a 14,500-square-foot AMSA facility, involving various supporting structures such as site work, utility connections, and accessibility features. Businesses interested in bidding must comply with several regulations, including HUBZone pricing evaluations and certification requirements through the System for Award Management (SAM). The proposal must be submitted electronically by October 18, 2024, with no paper copies accepted. The government emphasizes a Best Value Trade-Off selection process, assessing proposals based on past performance, management approach, and small business participation. Key evaluation criteria include relevant project experience, quality of management, and adherence to small business objectives. The government reserves the right to reject any or all proposals and will only accept bids from eligible small businesses as defined by the NAICS code regulations. This document underscores the commitment to transparency, competition, and compliance within federal contracting processes.
    The Wilkes-Barre Area Maintenance Support Activity (AMSA) project outlines specifications for the design and construction of maintenance facilities in Wilkes-Barre, Pennsylvania. It employs a Design-Bid-Build approach with comprehensive sections covering procurement, general requirements, and various construction divisions including concrete, metals, thermal protection, doors, and finishes. Key features include certified final design requirements, sustainability reporting, safety protocols, and compliance with government standards for quality control and environmental protections. The document emphasizes the importance of integrating robust building elements, adhering to fire and safety codes, and managing waste during the construction process. This initiative demonstrates the federal government’s commitment to infrastructure enhancement and sustainability while ensuring public safety and compliance with established regulations.
    The solicitation for the Wilkes-Barre Area Maintenance Support Activity (AMSA) outlines a Design-Bid-Build project to be executed in Wilkes-Barre, PA, with a focus on constructing and maintaining facility control systems. The documentation includes detailed specifications across various divisions, highlighting procurement and contracting requirements, general work summaries, submittal procedures, sustainability reporting, and safety requirements. Among the key points are stringent cybersecurity measures for facility-related control systems, along with specific guidelines for network configurations and compliance with various technical standards, such as the use of RADIUS for authentication and IEEE 802.1x for network security. The document delineates responsibilities for contractors regarding quality control, submittals, and cybersecurity compliance during construction and warranty periods. It emphasizes maintaining stringent operational standards to ensure security and functionality while adhering to governmental regulations and protocols. This solicitation reflects the government's commitment to modernizing infrastructure while emphasizing safety, quality assurance, and cybersecurity throughout the project lifecycle.
    The amendment to Solicitation No. W912QR24R0031 pertains to the Design-Bid-Build Construction of the Area Maintenance Support Activity (AMSA) in Wilkes Barre, Pennsylvania. The key changes include a revised site visit schedule, with the initial visit moved to September 4, 2024, at 10:30 EDT, and an added site visit on September 11, 2024, also at 10:30 EDT. Offerors are encouraged to inspect the work site, and changes to the site visit hours necessitate acknowledgment of the amendment by all bidders. The contracting officer’s details are provided for communication. It’s emphasized that all other terms and conditions of the solicitation remain unchanged. This document serves to ensure transparency and clarity regarding the solicitation process, adhering to federal contracting requirements. Prompt acknowledgment of all amendments is mandatory to avoid rejection of offers.
    Similar Opportunities
    CSS 90421 - BMA Renovation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is soliciting bids for the CSS 90421 - BMA Renovation project located at the PFC Melvin L. Brown ARC/BMA in Clearfield, Pennsylvania. This opportunity is set aside for small businesses and involves construction work that includes addition, alteration, and renovation of commercial and institutional buildings, with a total estimated price range between $250,000 and $500,000. The project is critical for supporting the U.S. Army 99th Readiness Division and 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, or Sharon Wilson-Emmons at sharon.wilson-emmons.civ@mail.mil or 609-562-6405 for further details.
    Kiasutha Recreational Area Redevelopment Phase 2
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Pittsburgh District, is seeking contractors for the Kiasutha Recreational Area Redevelopment Phase 2 project located in the Allegheny National Forest, Kane, Pennsylvania. The project involves the renovation of three existing buildings, demolition of two buildings, utility improvements, and associated site work, with a construction timeline set between October 2024 and June 2025. This redevelopment is crucial for enhancing recreational facilities within the national forest, ensuring improved access and utility for visitors. The contract, valued between $1 million and $5 million, is a total small business set-aside, with bids expected to be solicited around September 25, 2024. Interested parties should contact Aaron Barr at aaron.m.barr@usace.army.mil or Connie Ferguson at connie.l.ferguson@usace.army.mil for further details.
    WPAFB NAMRU-D Lab Support Building
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Louisville District is seeking bids for the construction of a 12,300 square-foot pre-engineered metal building laboratory support facility at Wright-Patterson Air Force Base (WPAFB), Ohio. This Design-Bid-Build project aims to provide essential laboratory support infrastructure, adhering to rigorous safety and quality standards across multiple engineering disciplines, including civil, structural, and mechanical systems. The contract, estimated to range between $5 million and $10 million, is a Firm-Fixed-Price (FFP) procurement with a performance period of 595 calendar days from the Notice to Proceed. Interested contractors must submit their sealed bids electronically by October 8, 2024, and are encouraged to contact Contract Specialist Ranzel L. Merideth at Ranzel.L.Merideth@usace.army.mil for further information.
    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.
    Repair Parking Lots Conneaut Lake, PA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of parking lots at the Military Entrance Processing Station (MEPS) located in Conneaut Lake, PA. The project involves comprehensive construction work, including the repair of asphalt surfaces, replacement of sidewalks, installation of bollards, and enhancements to the front entrance, which includes removing barricades and installing new landscaping features. This procurement is crucial for maintaining the functionality and safety of the MEPS facilities, ensuring they meet operational standards. Interested contractors, particularly small businesses, are encouraged to reach out to Sameera Sharif at sameera.e.sharif.civ@army.mil or call 609-562-7036 for further details, as the project falls under the NAICS code 236220 with a small business size standard of $47 million.
    Construction Management Support (CMS) Services for the Construction of the Bureau of Printing and Engraving (BEP)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified contractors to provide Construction Management Support (CMS) Services for the new Currency Production Facility (CPF) of the Bureau of Printing and Engraving (BEP) located in Beltsville, MD. The procurement aims to secure CMS services that include Quality Assurance (QA) oversight, inspection, and contract administration activities, necessitating a team of 20 to 30 technicians, inspectors, and tradesmen on-site daily during peak construction periods. This project is significant due to its size and complexity, and it will be competed under full and open competition as a firm-fixed price contract, with an estimated funding amount of $45 million. Interested parties can reach out to Aaron Jones at aaron.g.jones@usace.army.mil or by phone at 410-962-0674 for further information.
    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.
    PN 103069 SOF Carbon Net Zero Barracks, at Fort Liberty, North Carolina
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is soliciting proposals for the construction of Carbon Net Zero Barracks at Fort Liberty, North Carolina. This project involves the design and construction of a Permanent Party Unaccompanied Housing facility for junior enlisted personnel and junior noncommissioned officers, accommodating 146 individuals with various amenities including living areas, fitness rooms, and common spaces, all designed to meet Net Zero greenhouse gas emissions standards. The contract, valued between $50 million and $100 million, will be awarded using a Firm Fixed Price and Fixed-Price Incentive structure, with proposals due following the latest amendments. Interested contractors must register in the System for Award Management (SAM) and can contact Karri Mares at karri.l.mares@usace.army.mil or John Hill at john.t.hill@usace.army.mil for further details.
    ECSO Unrestricted Vertical Construction Multiple Award Task Order Contract (MATOC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the ECSO Unrestricted Vertical Construction Multiple Award Task Order Contract (MATOC) aimed at providing design-build and design-bid-build vertical construction services for the Department of Homeland Security's Customs and Border Protection facilities along the southern borders of California, Arizona, New Mexico, and Texas. This procurement is significant as it supports the construction of critical border patrol facilities, with a maximum contract capacity of $1.5 billion over a five-year base period with two option years, and individual task orders not exceeding $150 million. Interested contractors must be registered in the System for Award Management (SAM) and will be evaluated based on a 10% price evaluation for HUBZone businesses, as stipulated by Federal Acquisition Regulation (FAR) 19.1307. Proposals are due by October 15, 2024, and inquiries can be directed to Christopher Preston at christopher.r.preston@usace.army.mil or Nicholas Johnston at nicholas.i.johnston@usace.army.mil.
    Armed Forces Career Center-Huntingdon Valley-PA
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 2,755 usable square feet of commercial retail space in Huntingdon Valley, Pennsylvania. The selected space must be within a 1-mile radius of 2060 County Line Road and include a secondary egress, as well as adequate parking for six government vehicles, both during the day and overnight. This procurement is crucial for ensuring that the Army has suitable facilities to support its operational needs, and it will be governed by a comprehensive lease agreement that outlines maintenance obligations, compliance with safety standards, and other essential terms. Interested parties should submit their proposals, including the proposed rental amount, by the specified deadline, and may contact Arlton Bryant Crawford Jr. at arlton.b.crawford@usace.army.mil or 410-443-1164 for further information.