This government file summarizes hazardous building material surveys for Ft. Bliss Building #2413, a former barracks constructed in 1953. The surveys, conducted by ALL Consulting Team for the U.S. Army Corps of Engineers, Tulsa District, focused on lead paint and asbestos. The lead paint survey involved 140 XRF analyses, with 20 building components testing positive for lead paint at or above 0.3 mg/cm², primarily on exterior and basement concrete and metal surfaces. The asbestos survey collected 78 bulk samples, which tested negative for asbestos-containing materials. The document concludes that while lead paint is present and requires proper management if disturbed, no asbestos abatement actions are currently needed. Future renovations or demolitions may necessitate further investigation for hidden hazardous materials.
The Statement of Work (SOW) for Fort Bliss, Texas, outlines the roof replacement project for Building 2413 (FE 10069-4J). The project involves removing the existing roofing system and installing a new 72-mil TPO roofing system with R-38 insulation and 5/8-inch glass-mat roof board, adhering to a 30-year warranty for 120 mph wind speed coverage and Unified Facilities Criteria (UFC) standards. Additionally, the project includes interior work such as replacing hard ceilings in three rooms, installing new suspended tile ceilings in a hall, and replacing existing gutters and downspouts. The period of performance is 120 calendar days after the Notice to Proceed. The facility will remain occupied during construction, requiring strict adherence to safety, environmental, and quality control protocols. Key personnel, including a Project Manager, Superintendent, Site Safety and Health Officer, and Quality Control Manager, are required on-site. The document emphasizes compliance with federal, state, and local regulations, including those for hazardous materials (asbestos and lead-based paint), environmental protection, historical preservation, and safety (EM 385-1-1). The contractor is responsible for all necessary permits, licenses, and waste management.
The Fort Bliss Directorate of Public Works outlines a Statement of Work for a roof replacement project at Building 2413. The project involves removing the existing roofing system and replacing it with a new TPO roofing and insulation system, ensuring compliance with regulatory standards for safety and performance. Interior repairs consist of ceiling replacements in designated rooms and the installation of new gutters and downspouts. The contract specifies a 120-day performance period post-issuance of the Notice to Proceed, with strict adherence to safety, environmental, and historical preservation regulations.
Key personnel involved must include a Project Manager, Superintendent, Site Safety and Health Officer (SSHO), and Quality Control Manager (QCM), all of whom are required to have specific credentials and experience. The Contractor is responsible for obtaining necessary permits and ensuring the safety of site operations, including the management of hazardous materials like asbestos and lead-based paint as per federal and state regulations. The project emphasizes a collaborative effort to meet mission requirements while ensuring quality and workplace safety throughout the construction process.
This document addresses questions regarding Buildings 2413 and 2416, likely in the context of a government RFP or project. It clarifies that core samples are not permitted and as-built drawings are unavailable from DPW. A key point is that both buildings share identical specifications, specifically requiring the installation of TPO roofing with a minimum thickness of 72 mil or thicker.
This Invitation for Bids (IFB) W911SG-25-B-A041 outlines the requirements for roof and room repairs at Building 2413 on Fort Bliss, TX. This project, set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, has an estimated construction magnitude between $1,000,000 and $5,000,000. It mandates a Firm-Fixed Price (FFP) contract and requires bid and performance bonds. A pre-bid conference and site visit are scheduled for August 14, 2025, with a deadline for questions on August 21, 2025. Bids are due by 09:00 AM MDT on September 4, 2025, and must be physically delivered; electronic submissions are not authorized. Key bid submission requirements include a completed SF 1442, total contract price, a letter from a bonding company, and digitally signed drawings. The successful contractor must provide a superintendent who works directly for the prime contractor. Wage rates for the project are governed by the TX20250245 Wage Determination, with specific provisions for Executive Order 14026 and 13658 minimum wages. All bidders must be registered in the System for Award Management (SAM) with the applicable NAICS code 238160 and small business size standard of $19,000,000. This solicitation ensures compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including those related to bid guarantees, protests, and annual representations and certifications.
This Invitation for Bids (IFB) W911SG-25-B-A041, issued by W6QM MICC-FT BLISS, seeks proposals for roof and room repairs at Building 2413, Fort Bliss, TX. This is a Firm-Fixed Price (FFP) contract set aside for Service-Disabled Veteran-Owned Small Business concerns, with an estimated construction magnitude between $1,000,000 and $5,000,000. Bids are due by 09:00 AM MDT on September 4, 2025, and a pre-bid conference and site visit are scheduled for August 14, 2025. A bid guarantee and performance/payment bonds are required. The contractor must provide a superintendent, and all work must be performed simultaneously. The solicitation includes detailed instructions for bid submission, required documents, and incorporates various FAR and DFARS clauses, including wage determinations for El Paso County, Texas.
This government file, Amendment/Modification W911SG25BA0410001, details changes to an Invitation for Bids (IFB) for roof and room repairs at Building 2413, Fort Bliss, TX. The amendment extends the offer receipt date, adds RFI Questions and Answers, updates hyperlinks for UFGS, Fed.Gov holidays, and OPSEC, and modifies various clauses. It includes detailed instructions for bidders, submission requirements (hard copy only, no electronic submissions), and outlines key personnel qualifications (PM, Superintendent, SSHO/QCM). The project involves removing and replacing the existing roof with a 72 mil TPO system, interior ceiling repairs, and gutter replacement. The facility will remain occupied during construction. Strict adherence to environmental regulations, including the handling of asbestos-containing materials (ACM) and lead-based paint (LBP), is mandated. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB).
The Directorate of Public Works (DPW) at Fort Bliss, TX, is soliciting bids for roof and room repairs at Building 2413. This Invitation for Bids (IFB) W911SG-25-B-A041 is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). A pre-bid conference and site visit are scheduled for August 14, 2025, at 9:00 AM MDT. Bids are due by September 4, 2025, at 09:00 AM MDT. All questions must be submitted in writing via email by August 21, 2025, 10:00 AM MDT. Bids must be submitted in hard copy only, with electronic submissions not authorized. Required bid documents include a cover sheet, SF 1442, pricing, bonding company letter, bid bond, subcontractor list, representations and certifications, and digitally signed drawings. Bidders must be registered in the System for Award Management (SAM).
This document, General Decision Number: TX20250245, specifies prevailing wage rates and labor regulations for building construction projects in El Paso County, Texas, excluding single-family homes and apartments up to four stories. It outlines minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered into or renewed after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, and not renewed). The document also details paid sick leave requirements for federal contractors under Executive Order 13706 and provides a comprehensive list of classifications with their respective wage and fringe benefit rates, such as Boilermakers, Electricians, and Plumbers. Additionally, it explains various rate identifiers (Union, Union Average, Survey, State Adopted) and outlines the appeals process for wage determination matters through the Department of Labor.