183 CES Seal Masonry P46 and P48
ID: DCFT212002Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M6 USPFO ACTIVITY ILANG 183SPRINGFIELD, IL, 62707-5003, USA

NAICS

Masonry Contractors (238140)

PSC

CONSTRUCTION OF OFFICE BUILDINGS (Y1AA)

Set Aside

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

    Presolicitation notice from the Department of Defense, specifically the Department of the Army, is seeking a contractor for masonry services. The services will involve replacing various masonry joints, including control joints, and sealing the masonry walls on Building 46 and Building 48 at the 183d Wing in Springfield, Illinois. The contract duration is 59 days after the notice to proceed. This project is set aside 100% for small businesses. The NAICS code for this procurement is 238140, with a size standard of $19,000,000. The estimated magnitude of the project is between $100,000,000 and $250,000,000. Interested contractors are encouraged to attend a pre-bid conference and site visit, with dates to be specified in the solicitation. The bid opening date is tentatively scheduled for mid-late June. Interested offerors must be registered in SAM.gov to access the solicitation and associated information. The place of performance is the 183d Wing, Illinois Air National Guard Base in Springfield, IL.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    183 CES Repair Fire Suppression Building 15
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Army, is seeking a contractor to provide repair services for the fire suppression system in Building 15 at the 183d Wing, Illinois Air National Guard Base in Springfield, Illinois. The existing system is in disrepair and does not meet state and federal code restrictions. The contract duration is 180 days, and the project is set aside 100% for Small Business. The estimated value of the project is between $500,000 and $1,000,000. Interested contractors must be registered in SAM and can access the solicitation and associated information on the Contract Opportunities website. The tentative date for issuing the solicitation is late May 2024, with a pre-bid conference scheduled for early-mid June 2024.
    183 CES Construct Tower Foundation
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Army, is seeking a construction service for the 183 CES Construct Tower Foundation in Springfield, Illinois. The service involves the construction of reinforced concrete foundations to support a truss type communications tower. The contract duration is 59 days, and the project is set aside 100% for Small Business. The NAICS code for this project is 236220, with a size standard of $45,000,000. Interested contractors are encouraged to attend the pre-bid conference and site visit. The tentative date for issuing the solicitation is late May 2024, and the bid opening date is tentatively scheduled for mid-late June. Interested offerors must be registered in SAM.gov to access the solicitation and associated information. The official plans and specifications will be available on the Contract Opportunities website.
    183 CES Repair Base Fire Alarm System
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a Total Small Business Set-Aside contractor to provide repair services for the fire alarm system at the 183d Wing in Springfield, IL. The existing system is in disrepair and does not meet state and federal code. The contract duration is 180 days and the project is set aside 100% for Small Business. Interested contractors must register in SAM and the solicitation will be available on the Contract Opportunities website.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Active
    Dept Of Defense
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    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.
    Pre-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, 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 aims to provide comprehensive construction services, including design, repair, and maintenance of various facilities, with a focus on high-quality standards across multiple trades such as carpentry, electrical, HVAC, and plumbing. This opportunity is significant for small businesses in the construction sector, with a maximum contract value of $15 million and a five-year ordering period, with work expected to be completed by September 29, 2025. Interested vendors should contact Francisco Arocho at francisco.j.arocho.mil@army.mil or Steven Bailey at steven.m.bailey2.civ@army.mil for further details, and the solicitation is anticipated to be issued within 15 days of this notice.
    Chicago Harbor Shorearm Extension and Breakwater, Chicago Illinois
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Chicago District, is seeking qualified small business contractors for the Chicago Harbor Shorearm Extension and Breakwater project in Chicago, Illinois. The project involves essential repairs to existing exterior and shorearm extension breakwaters to stabilize these structures and ensure safe passage for vessels entering and exiting the harbor. This construction effort is critical for maintaining the functionality of the harbor and is estimated to cost between $5 million and $10 million. Interested bidders can expect the solicitation package to be available on the Procurement Integrated Enterprise Environment (PIEE) in November, with a response period of 30 days. For inquiries, contact Kyle Smith at (312) 846-5370 or via email at kyle.d.smith@usace.army.mil, referencing Solicitation Number W912P624B0015.
    B409 ROOF REPAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Ohio Air National Guard, is preparing to issue an Invitation for Bid for a fixed-price contract focused on the replacement of the roof of Building 409 at the 179th Cyberspace Wing in Mansfield, Ohio. This project, designated for small businesses, includes the installation of a new roof membrane, replacement of lightning protection, and the addition of fall protection, with an estimated budget ranging from $2 million to $5 million and a projected duration of 180 days post-notice to proceed. Interested contractors must register with the System for Award Management (SAM) to access relevant documents and are encouraged to attend a pre-bid conference on November 13, 2024, with bids due by December 12, 2024. For further inquiries, contractors may contact Gordon Strom at gordon.strom.1@us.af.mil.
    DSCR B46 Window Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the DSCR B46 Window Repair project at the Defense Supply Center Richmond in Virginia. The project involves the removal and replacement of exterior window seals, inspection, and caulking to prevent water leaks, with a total of approximately 35,000 linear feet of gasket material and 2,000 linear feet of caulking required. This procurement is critical for maintaining the integrity of the facility and preventing further interior damage, with a firm-fixed price contract expected to be awarded to the lowest priced, technically acceptable offeror within a 120-mile commutable radius of the facility. Interested small businesses must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with a maximum completion timeline of 125 days from the notice to proceed. For further inquiries, contact Nic Mace at Nicholas.Mace@dla.mil or call 804-279-2235.
    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.