Demolition of Beach Restroom and Septic System, Otter Brook Lake, Keene, NH
ID: W912WJ24Q0180Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

All Other Support Services (561990)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

Set Aside

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

    The U.S. Army Corps of Engineers – New England District is soliciting proposals for the demolition of a beach restroom and septic system at Otter Brook Lake in Keene, New Hampshire. Contractors are required to furnish all necessary equipment, materials, labor, and transportation to complete the demolition, including waste disposal and site restoration, within 180 days post-award. This project is classified under NAICS code 561990 and is set aside for small businesses, with a size standard of $16.5 million. Interested vendors must have an active registration in SAM.gov and submit their proposals by the deadline of September 9, 2024, at 5:00 PM Eastern Time. For further inquiries, contact Ann Adley at ann.m.adley@usace.army.mil or call 978-318-8255.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a solicitation by the U.S. Army Engineering District, New England, responding to industry inquiries regarding a contract (ID code W912WJ24Q0180). The closing date for submissions remains unchanged, set for September 9, 2024, at 5:00 PM Eastern Time. This amendment includes responses to several questions, indicating there is no incumbent for the project, confirming that OSHA 30 certification is not required, and clarifying that the project does not fall under the Davis-Bacon Act since it is classified as a service. The amendment aims to ensure potential contractors have the necessary information to submit compliant proposals, indicating the government's emphasis on transparency and clarity in the procurement process. Overall, this document demonstrates the ongoing efforts to manage and facilitate government contracts effectively while adhering to federal regulations and guidelines.
    The document is an amendment (0002) to a solicitation for a government contract, specifically under the U.S. Army Engineer District, New England. Its primary purpose is to provide responses to industry questions, clarifying terms and requirements related to the solicitation. The submission deadline remains set for September 9, 2024, and contractors must acknowledge receipt of this amendment. Key questions addressed include: 1. Confirmation that there is no incumbent for this project, meaning no current contractor is involved. 2. OSHA 30 training is not a requirement for the project. 3. The project is classified as a service, hence it does not fall under the Davis-Bacon Act requirements; wage determinations as per No. 2015-4027 apply. 4. Clarification on the minimum depth for foundation footings, indicating 6 inches must remain but allowing for total removal as long as it doesn't necessitate an excavation plan. Any extra material needed to meet existing elevation must be accounted for in vendor quotes. This amendment highlights attention to bidder inquiries, ensuring clarity in terms of government contracting processes and requirements. The responses given adjust expectations and define compliance elements, sustaining the integrity of the bidding process.
    The government document is an amendment regarding a solicitation, identified as Amendment 0003, issued by the U.S. Army Engineer District in New England. This amendment addresses industry questions related to the solicitation, confirming there is no incumbent contractor for the project and clarifying that OSHA 30 training is not required. The amendment retains the original solicitation closing date of September 9, 2024, at 5:00 PM Eastern. Key details include specific project requirements about removing concrete footings, where the specified 6-inch depth is a minimum, and a requirement for a Silica Compliance Plan, with no exposure threshold applicable for concrete work. Contractors are instructed on acknowledgment procedures for the amendment to ensure their offers are valid. Overall, this document serves to clarify and update bidders on essential information related to the solicitation process, ensuring transparency and compliance with federal contracting standards.
    The document outlines a Request for Proposal (RFP) for the demolition of a beach restroom and associated septic system at Otter Brook Lake, Keene, NH. The U.S. Army Corps of Engineers requires potential contractors to submit bids that include labor, materials, and equipment necessary for safe execution. The scope includes complete demolition, hauling, disposal of waste materials, and site restoration. Key points include the mandatory submission of safety and project plans, adherence to federal and state regulations, and active registration in the System for Award Management (SAM). The contractor must also supply essential personnel, comply with security measures, and follow safety protocols outlined in the U.S. Army Corps safety manuals. Additionally, environmental considerations are paramount, with requirements for recycling and adherence to pollution prevention standards. The work is to be completed within 180 days post-award. This RFP emphasizes good housekeeping practices, prompt reporting of incidents, and the necessity of a competent safety officer on-site to ensure compliance with specified safety and environmental plans. The overall goal is to enhance safety while maintaining regulatory compliance in executing the project.
    Similar Opportunities
    Concrete Repairs of Blackwater Dam in Webster, New Hampshire
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers New England District, is seeking certified small business contractors for concrete repairs at Blackwater Dam in Webster, New Hampshire. The project involves extensive repairs to the dam's inlet nosing and non-overflow sections, including the removal of deteriorated materials and the application of new polymer concrete patches, with in-water work scheduled for the summer of 2025. This opportunity is crucial for maintaining the structural integrity of the dam, which has been in operation since 1941 and requires updates due to erosion and spalling issues. The estimated contract value is between $500,000 and $1 million, with the solicitation expected to be issued in December 2024; interested parties should direct inquiries to Tyler Maryak at tyler.s.maryak@usace.army.mil.
    Bartlett Experimental Forest Janitorial Contract
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for a janitorial contract at the Bartlett Experimental Forest in New Hampshire. The contract requires the provision of custodial services for three government-owned facilities, including a lab/conference building and two quarters buildings, for a base period of one fiscal year with the option to extend for four additional years. This procurement is crucial for maintaining cleanliness and operational efficiency within the facilities, ensuring a conducive environment for research and administrative activities. Proposals are due by September 16, 2024, at 5:00 PM ET, and interested vendors must register in SAM.gov and are encouraged to attend a site visit on September 10, 2024. For further inquiries, vendors can contact Gayle Geiger at gayle.geiger@usda.gov or call 470-705-0968.
    Job Order Contract (JOC) Region A - W15QKN-24-R-5015
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - New Jersey, is soliciting proposals for a Job Order Contract (JOC) designated as Region A - W15QKN-24-R-5015. This contract aims to facilitate construction projects that involve real property repair, maintenance, minor construction, and asbestos abatement, with task orders primarily focused on general building renovations, road and pavement repairs, and environmental work. The work encompasses a variety of tasks, including minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remediation. This solicitation is specifically set aside for 8(a) firms serviced by the Small Business Administration Offices in New York (excluding Long Island), Massachusetts, Maine, Vermont, New Hampshire, Rhode Island, and parts of Pennsylvania. Interested parties can reach out to Shannon Harvey at shannon.e.harvey3.civ@army.mil or 609-562-4243, or Demetra Lynardakis at demetra.h.lynardakis.civ@army.mil or 609-562-5014 for further information.
    Website Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for website maintenance services for the New Hampshire National Guard. The procurement includes maintenance for the New Hampshire Knowledge Online (NHKO) Intranet Site and the public internet site (Nh.ng.mil), with a focus on content management, user support, and compliance with federal security regulations. This contract is critical for ensuring the operational integrity of the NH National Guard's online resources and is set aside exclusively for small businesses, with a total period of performance spanning four years. Interested vendors must submit their quotes by 4:00 PM EST on September 18, 2024, to the designated contacts, Keith Abbott and Richard Trafton, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    NESP Mooring Facilities at Lock & Dam 7 near La Crescent, MN
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of mooring facilities at Lock & Dam 7 in La Crescent, Minnesota, under Solicitation No. W912ES24B0013. The project aims to enhance navigation efficiency by constructing a mooring cell and a mooring dolphin, which includes tasks such as dredging, concrete fabrication, and structural metal work, adhering to strict federal standards for quality and environmental compliance. This initiative is part of the Navigation and Ecosystem Sustainability Program for the Mississippi River Basin, emphasizing the importance of maintaining navigational infrastructure while mitigating ecological impacts. Interested small businesses must submit their bids by September 17, 2024, at 2:00 PM Central Time, and can contact Justin H. Rose at justin.h.rose@usace.army.mil or 651-290-5422 for further information. The estimated contract value ranges from $5 million to $10 million.
    SEKI 342662 - REMOVE GRANT GROVE RANGER OFFICE DAM
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the demolition of the Grant Grove Ranger Operations Building in Sequoia and Kings Canyon National Parks, California, due to significant storm damage rendering the structure unusable. The project entails the complete demolition of the building, remediation of hazardous materials, and restoration of the site to ensure proper drainage and prevent water ponding. This initiative is crucial for maintaining park infrastructure and environmental stewardship, aligning with federal regulations regarding safety and ecological impact. Interested contractors must submit their proposals by September 11, 2024, with a project budget estimated between $250,000 and $500,000, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.
    Okatibbee Lake Collinsville, Mississippi - Operation and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for the operation and maintenance of government-owned facilities and equipment at the Okatibbee Lake Project in Collinsville, Mississippi. The contractor will be responsible for a range of services including equipment operation, grass mowing, cleaning, refuse removal, landscape maintenance, herbicide application, and beach water testing, all in accordance with specified terms and conditions. This procurement is a 100% 8(a) small business set-aside, targeting firms with average annual gross revenues not exceeding $9,500,000 over the past three years under NAICS 561730 for Landscaping Services. The solicitation package will be available for download on or about September 3, 2024, and interested parties should monitor the website https://sam.gov/ for updates. For further inquiries, Geoffrey Rogers and Erica Collins can be contacted via email at geoffrey.b.rogers@usace.army.mil and erica.m.collins@usace.army.mil, respectively.
    William H. Harsha Lake: Re-establish Ditch Line in the Emergency Spillway
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for a construction project at William H. Harsha Lake in Batavia, Ohio, aimed at re-establishing the ditch line in the Emergency Spillway. Contractors are required to provide all necessary personnel, equipment, and materials to remove concrete gutters and restore drainage, ensuring compliance with federal, state, and local regulations. This project is crucial for maintaining the integrity and safety of the dam infrastructure, with an estimated contract value between $100,000 and $250,000, exclusively set aside for small businesses under NAICS code 237990. Quotes are due by September 20, 2024, and interested parties should contact Justin McPherson at justin.m.mcpherson@usace.army.mil or John Butts at john.c.butts@usace.army.mil for further information.
    Missouri River Navigation Obstruction Removal #2
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Kansas City District, is seeking bids for the removal of navigation obstructions on the Missouri River, specifically targeting underwater bedrock at designated river miles. The project involves dismantling, demolition, removal, and disposal of these obstructions, requiring mobilization to the obstruction areas with floating plant equipment, as land access is not available. This initiative is crucial for maintaining navigable waterways and ensuring compliance with state and federal Clean Water Act guidelines. The contract is a 100% Total Small Business Set-Aside, with an estimated value between $5 million and $10 million, and interested contractors should contact Nathaniel Leyba or Laura Hedrick for further details.
    F--Abatement Services - MA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals from qualified small businesses for abatement and asbestos removal services at the Parker River National Wildlife Refuge in Newburyport, Massachusetts. The primary objective is to safely remove all asbestos-containing materials from "The Pink House," a 1,512 sq ft structure, with a target completion date of December 31, 2024. This project is crucial for ensuring environmental safety and compliance with federal and state regulations regarding hazardous materials, particularly in protecting public health and wildlife resources. Proposals are due by September 18, 2024, with a site visit scheduled for September 4, 2024. Interested contractors can contact Christine Beauregard at ChristineBeauregard@fws.gov or by phone at 413-253-8232 for further information.