Construct Fire Base - Youngstown ARS, OH
ID: W912QR25BA009Type: 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 bids for the construction of a new Base Fire Station at Youngstown Air Reserve Station in Ohio. This Design-Bid-Build project aims to enhance safety infrastructure and operational capabilities at military facilities, featuring a 24,500 square-foot facility that includes dorm rooms, offices, and vehicle bays, with a completion deadline set for March 2025. The project emphasizes compliance with federal regulations, safety standards, and sustainability practices, with a total estimated cost ranging from $10 million to $25 million. Interested contractors must submit their bids electronically by May 13, 2025, and can direct inquiries to primary contact Seth Dukes at seth.j.dukes@usace.army.mil or secondary contact Adam Wantland at adam.m.wantland@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details the bid opening results for a construction project at the Base Fire Station in Youngstown, Ohio, under the RFP W912QR-25-BA-009. The opening was conducted on May 13, 2025, by Bid Opening Officer Adam M. Wantland. Eight bids were submitted, with Massillon Construction & Supply, LLC presenting the lowest bid of $17,112,000, approximately 25% below the government's estimated cost of $21,747,295. Other bidders included Hudson Group, Inc. ($17,348,000), Mike Coates Construction Co., Inc. ($17,114,745), and QBS, Inc. ($16,305,510), among others. Notably, the bids from Place Services, Inc. and LGC Global, Inc. included HUBZone prices, although the significance of this is not detailed. The total bid amounts demonstrate competitive pricing, with several bids closely clustered in value. This document serves as an essential record in the procurement process, showcasing bids from various contractors for a federal government project, emphasizing transparency and competitiveness in federal contracting.
    The document outlines a proprietary spreadsheet by Leidos regarding a government contract involving a prime contractor and a subcontractor. It includes crucial details such as the expected period of performance, contact information for the project leaders, and a list of employees assigned to work on the project at the 910 AW YARS installation. The content highlights adherence to the Privacy Act of 1974, indicating that sensitive information, likely including Social Security numbers and personal identification, must be protected. The documentation serves to ensure compliance and proper management of personnel working on government contracts, as well as safeguarding personal data according to Department of Defense regulations. Overall, the file is structured to provide necessary contact and operational details for official use only, emphasizing the importance of privacy and security in government contracting processes.
    The document outlines the solicitation details for the design and construction of a new Base Fire Station at Youngstown Air Reserve Station, Ohio. This project, identified as Project #ZQEL239001, follows a Design-Bid-Build model and includes a comprehensive Furniture, Fixtures, and Equipment (FF&E) package, documented as W912QR25BA009_CertF_FFE-0000. The FF&E package features a detailed listing of essential items, such as seating, desks, dining furniture, and storage solutions, with specifications regarding quantity and manufacturer. Notable manufacturers involved include Kimball International and R.T. London, among others, each offering specific models suited for the fire station's operational needs. An itemized cost estimate encapsulates individual prices totaling over $753,000, aimed to cover furniture piece installations and match government standards. This solicitation serves the federal RFP process, highlighting the necessity for project compliance with government standards, budget management, and the provision of well-designed facilities for fire station personnel. The maintenance of records for 15 years post-construction is also stipulated as part of federal documentation requirements.
    The document concerns a solicitation for the design, construction, and furnishing of a new Base Fire Station at Youngstown ARS, Ohio, under the Design-Bid-Build method. It details the specifications for the Final Design and Furniture, Fixtures, and Equipment (FFE) package to be completed by April 30, 2025. The project is cataloged under the reference W912QR25BA009-0003, and emphasizes that records will be maintained for 15 years post-construction. The core objectives include the preparation of well-defined designs that comply with regulations, ensuring adherence to local and federal standards throughout construction. The document serves as an important element within the broader context of government Requests for Proposals (RFPs) and grants, highlighting financial commitments and project timelines associated with military infrastructure improvements. This solicitation not only aims to facilitate essential fire safety services but also reflects a commitment to enhancing the operational capabilities of military installations. The successful execution of the project will require collaboration between various contractors, meeting specific guidelines to ensure compliance and operational efficiency.
    The document outlines construction plans for the Youngstown Air Reserve Station’s Base Fire Station, detailing specifications for pavement, roofing, and structural components essential for compliance with U.S. Army Corps of Engineers standards. Central aspects include detailed designs for a reinforced concrete pavement section, joint placements, and precise material specifications such as high-performance concrete and asphalt mixtures per Ohio Department of Transportation guidelines. It emphasizes the requirements for various pavement types, joint types (expansion, contraction, isolation), and finishes. The roofing system utilizes multiple components including PVC membrane over rigid insulation, with extensive detailing for roof penetrations, drainage, and access features. The plans also include critical safety measures such as maintenance accessibility and effective stormwater management through calculated gutter placements and downspouts. This comprehensive planning document not only adheres to federal and local RFP rules but also illustrates a commitment to constructing a resilient, functional facility. It signifies the project's alignment with broader governmental goals regarding infrastructure improvement and operational readiness within military installations while ensuring environmental safety and regulatory compliance.
    The document outlines the furniture and equipment plans for the Base Fire Station at Youngstown Air Reserve Station, Ohio, prepared by the US Army Corps of Engineers. It includes detailed layouts of two areas (Area A and Area B), specifying room types, such as offices, dormitories, and training spaces, along with their designated equipment. Key aspects of the furniture floor plans feature precise room schedules, identifying each space's purpose, such as the HAZMAT safety office, fitness areas, and fire chief’s office, while also indicating the respective equipment, including coffee machines, treadmills, and refrigerators. The plans reflect compliance with safety standards, showcased through notes on GFCI (Ground Fault Circuit Interrupters) installations for electrical appliances. This document is integral for guiding the procurement and installation processes related to the facility’s operational readiness and infrastructure improvements, supporting the larger objectives of federal and local government investments. The inclusion of scheduled amendments provides updates and ensures that the plans remain current and responsive to any changes in requirements leading up to the project's completion. Overall, the document serves to enhance the effectiveness and safety of the fire station's operations while adhering to engineering and safety standards.
    The document outlines the plans for the construction of a new Base Fire Station at Youngstown Air Reserve Station, Ohio, under the jurisdiction of the US Army Corps of Engineers. It includes a comprehensive index of drawings and various engineering plans, including architectural, structural, civil, and fire protection considerations. Key plans emphasize life safety, egress requirements, and adherence to numerous building codes and standards, such as the International Building Code (IBC) and National Fire Protection Association (NFPA) standards. The structure is classified for mixed-use occupancy, accommodating functions related to assembly, business, and residential uses with appropriate fire suppression measures. Significant attention is given to detailed occupancy load calculations, exit configurations, and sound isolation requirements to ensure safety and compliance. The project illustrates the government's commitment to maintaining high safety standards and efficient emergency response capabilities in military facilities while managing construction within federal and local operational guidelines.
    The document outlines the specifications and plans for the construction of a Base Fire Station at Youngstown Air Reserve Station in Ohio, as managed by the U.S. Army Corps of Engineers, Louisville District. It contains critical information related to architectural, structural, mechanical, fire protection, and electrical systems integral to the facility. The project involves adhering to a variety of codes and standards, including NFPA (National Fire Protection Association) regulations and various UFC guidelines. Key sections include detailed drawings pertaining to fire alarm and mass notification systems, with required features for audible and visible notification throughout the facility. It stipulates operational capabilities, such as the installation of alarm devices, smoke detectors, and the coordination necessary for construction. Furthermore, the document emphasizes safety protocols and compliance with regulations during construction phases and outlines responsibilities for contractors, including inspections and testing of fire alarm systems. Overall, this comprehensive approach ensures the fire station operates safely and effectively, meeting both current demand and the organizational standards required by military facilities.
    The solicitation document outlines the design and construction of a new Base Fire Station at Youngstown Air Reserve Station in Ohio. The project, designated under P2#513392 and W912QR25BA009, is a Design-Bid-Build initiative with a certified final design expected by March 13, 2025. The design features a comprehensive materials and finishes schedule, including specific products from various manufacturers for every area, such as walls, flooring, and furniture. It specifies color schemes for paint and finishes and includes detailed room layouts for different functional areas like training, dispatch, and offices. General notes emphasize compliance with building standards, specifying transitions and finishes between materials, and that manufacturers listed are for design reference, allowing approved alternates. Each phase of the layout serves various operational purposes, affirming the structure’s role in supporting fire service operations. Overall, this document serves as an essential guide for contractors and stakeholders involved in the construction project, ensuring adherence to quality standards and functionality in serving the military community at the reserve station.
    The government document is an amendment to the solicitation number W912QR25BA009, pertaining to the construction of a Fire Station at Youngstown ARS, Ohio. This amendment primarily revises key aspects of the procurement process, including an extension of the bid submission deadline from April 29, 2025, to May 13, 2025. It updates specifications and drawings related to the project, replacing outdated wage determinations and removing specific contract clauses. Significant changes include the restructuring of various project specifications and the deletion of several specifications that are no longer required. The document details modifications to project sections, including excavation, roofing, and door specifications, ensuring compliance with current standards. Furthermore, it highlights updated wage rates according to executive orders relevant to federal contracts. This amendment is crucial for maintaining transparency, compliance with federal guidelines, and ensuring bidders have the latest information to formulate their offers effectively.
    This document serves as an amendment to Solicitation Number W912QR25BA009 for the construction of a fire station at Youngstown ARS, Ohio. It details key modifications, including revisions to certain specification sections regarding paints and coatings and the firefighter alert system, as well as updates to specific drawings for furniture plans. Additionally, it replaces previously issued wage determinations with current revisions that contractors must adhere to, explicitly noting applicable minimum wage rates mandated under Executive Orders related to the Davis-Bacon Act. The amendment emphasizes that all other terms and conditions of the solicitation remain unchanged. The document outlines strict acknowledgment protocols for the amendment and submission adjustments, stressing that failure to comply may lead to the rejection of offers. This amendment illustrates the federal government's ongoing commitment to ensuring transparency, compliance with wage laws, and thorough contractor engagement during project execution.
    The solicitation W912QR25BA009 outlines a Design-Bid-Build project for constructing a fire station at Youngstown Air Reserve Base, Ohio. The estimated project cost ranges from $10 million to $25 million, and it is aimed at full and open procurement, with specific considerations for small businesses under the HUBZone program. Interested contractors must complete their submissions electronically by April 29, 2025, and are required to begin construction within 10 days of award and complete the project within 790 days. The scope includes demolition of an existing building and the construction of a new, 24,500 square-foot facility featuring dorm rooms, offices, and vehicle bays. Additionally, bidders are required to ensure compliance with site visit protocols, submit proposals according to specified guidelines, and adhere to federal regulations governing labor and safety. Important procurement directives and clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) are included, emphasizing standards for construction practices, business size determinations, and performance bonds. This solicitation serves as a critical step in enhancing firefighting capabilities in the region while highlighting adherence to federal contracting standards.
    The document outlines the solicitation for the construction of a new Base Fire Station at Youngstown Air Reserve Station in Ohio, identified by project number P2#: 513392. This design-bid-build project, scheduled for completion by March 2025, includes extensive technical specifications across several divisions, focusing on structural integrity, mechanical systems, fire protection, and environmental considerations. Detailed requirements for procurement, construction protocols, safety measures, and material standards are specified, such as adherence to ASTM and AAMA guidelines. Key components include sustainability reporting, contractor quality control, and compliance with safety regulations concerning hazardous materials. The document emphasizes the importance of effective project scheduling, site management, and quality control procedures to ensure that construction meets federal standards and contributes to operational efficiency at the fire station. Maintenance of documentation for 15 years post-construction is mandated, emphasizing accountability and long-term planning. This solicitation reflects the government’s commitment to enhancing safety infrastructure at military facilities while adhering to strict regulatory frameworks and ensuring quality assurance throughout the construction process.
    The document outlines the solicitation for the design and construction of a Base Fire Station at Youngstown Air Reserve Station in Ohio, identified as P2#: 513392. It details a Design-Bid-Build approach with specifications categorized under various divisions such as procurement, general requirements, existing conditions, and construction materials. Key elements include sustainability reporting, safety requirements, and installation guidelines for mechanical, electrical, and fire protection systems. The solicitation emphasizes cybersecurity protocols for facility-related control systems, including stringent measures for network security and password management. Submittal requirements and quality control measures are specified to ensure compliance with Department of Defense standards. Notably, the document mandates coordination with government representatives for cybersecurity compliance, contractor submissions, and system verification before final acceptance. This initiative demonstrates the government's commitment to enhancing operational efficiency and security through careful planning and adherence to regulatory standards, reflecting a systematic approach in government RFP processes.
    The document is an amendment to Solicitation W912QR25BA009 concerning the Design-Bid-Build construction of a Base Fire Station at Youngstown ARS, Ohio. It formally announces changes to solicitation timelines and terms, including an updated site visit schedule, which is now set for April 10, 2025, and modifications to the submission deadlines for required forms. Specific provisions related to the site visit clarify expectations for bidders, emphasizing the importance of timely form submissions and informing them that the site visit is solely for familiarization, not for question-and-answer sessions. Additionally, revised wage decisions for labor classifications related to the project are incorporated. All prospective bidders are reminded to acknowledge all amendments and that all other solicitation terms remain unchanged. This amendment aims to ensure clarity and compliance among bidders, thereby fostering a smooth procurement process for the government project.
    The document outlines an amendment to Solicitation Number W912QR25BA009 regarding the construction of a fire station at Youngstown ARS, Ohio. Key changes include the requirement for an offer guarantee, adherence to National Institute of Standards and Technology (NIST) guidelines for cybersecurity, and updates to various Federal Acquisition Regulation (FAR) clauses related to contract conditions. Notable amendments involve the incorporation of performance and payment bond requirements, updated clauses on procurement and contractor qualifications, and adjustments regarding the billing process and subcontractor compliance. Moreover, contractors are reminded of the necessity to register in the System for Award Management (SAM) and ensure compliance with cybersecurity standards as detailed in NIST SP 800-171. The solicitation modification also informs potential bidders about the importance of reviewing contract drawings and specifications carefully. Overall, this amendment highlights the evolving regulatory landscape for government contracts, emphasizing cybersecurity, financial guarantees, and compliance to facilitate transparent procurement processes while protecting national interests.
    Lifecycle
    Title
    Type
    Similar Opportunities
    403873 FLW AIT Barracks Complex II Phase 2
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the construction of the Advanced Individual Training (AIT) Barracks Complex II Phase 2 at Fort Leonard Wood, Missouri. This project involves the design and construction of a standard AIT Battalion Complex to accommodate 600 soldiers, including barracks, company operations facilities, and various support structures, while incorporating essential safety and security features. The contract, valued between $100 million and $250 million, requires proposals to be submitted electronically via the PIEE system by January 23, 2026, with a focus on non-price evaluation factors such as Performance Confidence and Management Approach. Interested parties can reach out to Dale Coleman at dale.e.coleman@usace.army.mil or Michael G. France at michael.g.france@usace.army.mil for further inquiries.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including demolition, hazardous material handling, and various upgrades to architectural, mechanical, and electrical systems. The project is critical for maintaining operational capabilities at the base and ensuring compliance with safety and environmental standards. Interested contractors should note that the due date for bids has been extended to December 15, 2025, and must contact Charity Mansfield at charity.a.mansfield@usace.army.mil or 502-315-6925 for further details.
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information.
    FY26 Improve Military Family Housing PAIP 9 Phase 3
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Japan District, is preparing to solicit bids for the FY26 Improve Military Family Housing PAIP 9 Phase 3 project at Yokota Air Base, Japan. This project involves the modernization, renovation, and repair of thirty-four three-bedroom military family housing townhouse units, with an estimated construction cost between ¥2,500,000,000 and ¥10,000,000,000. The successful contractor will be required to complete the work within an 18-month performance period, and the solicitation is anticipated to be issued in December 2025 or January 2026. Interested bidders must be registered in the System for Award Management (SAM) and possess the necessary Japanese construction licenses, with bids due by the specified deadline. For further inquiries, contact Ruben Romero at Ruben.A.Romero@usace.army.mil or Nakiba Jackson at nakiba.s.jackson.civ@usace.army.mil.
    WPAFB 3rd Air Stream/ B18
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of a new industrial compressed air plant at Wright-Patterson Air Force Base in Ohio. The project, estimated to cost between $5 million and $10 million, involves the installation of two 4,000 HP centrifugal air compressors, two natural gas-fired air heaters, specialty steel piping, and associated controls, along with the demolition of existing equipment and significant electrical work. This initiative is crucial for enhancing the operational capabilities of the facility, and the procurement may be set aside for small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms. Interested parties must submit their responses via the Market Survey Response Form by October 31, 2025, at 1:00 PM Eastern Time, and can contact Thomas Nauert at thomas.s.nauert@usace.army.mil for further information.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    FTW501 UNACCOMPANIED ENLISTED PERSONNEL HOUSING (PN 64018 BARRACKS) FORT WAINWRIGHT, ALASKA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the design and construction of unaccompanied enlisted personnel housing at Fort Wainwright, Alaska. This project involves the construction of a barracks to accommodate 320 soldiers, including essential facilities such as living quarters, bathrooms, laundry rooms, and security systems, with an estimated contract value between $150 million and $250 million. The procurement will follow a two-phase source selection process, with evaluations based on factors such as past performance, technical approach, and price, and is scheduled for completion within 880 calendar days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and can obtain solicitation documents starting December 29, 2025, by searching for Solicitation Number W911KB26RA004.
    COVERED PARKING ARRAY AT FARMINGDALE AFRC
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), New York District, is soliciting bids for the construction of a Covered Parking Array at the Armed Forces Reserve Center (AFRC) in Farmingdale, New York. The project involves the construction of two tubular steel canopy structures to support photovoltaic solar panels, the installation of an integrated gutter and stormwater drainage system, a prefabricated battery storage building, and four dual-port electric vehicle charging stations. This initiative is part of a broader effort to enhance renewable energy infrastructure and electric vehicle support at military facilities. Interested contractors must submit their bids by January 12, 2026, at 2:00 PM EST, with a bid guarantee required, and the estimated project magnitude is between $5 million and $10 million. For further inquiries, potential bidders can contact Adrian Stafford-Browne or Nicholas P. Emanuel via their respective emails.
    USACE SPK DBB Construction - Englebright Dam and Lake HQ Building and Maintenance Shop ?Smartsville, California.
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is seeking contractors for a Design-Bid-Build (DBB) construction project at Englebright Dam and Lake in Smartsville, California. The project involves the construction of a new single-story, 5,000 square-foot Headquarters building and a 4,200 square-foot maintenance shop, which will support USACE administrative, ranger, and maintenance staff, along with the demolition of existing structures and various site improvements. The estimated construction cost ranges from $10 million to $25 million, with a contract award anticipated by March 2026 and a completion timeline of 720 calendar days from the Notice to Proceed. Interested contractors should contact Antonina Beal at antonina.beal@usace.army.mil or Rachel L. Kinney at Rachel.Kinney@usace.army.mil for further information and ensure registration in the PIEE and SAM systems prior to bid submission.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and associated electrical infrastructure, while also repaving a section of the main runway. The successful contractor will be required to adhere to a Project Labor Agreement and manage the project in phases to ensure ongoing mission operations at the airfield. Proposals are due by January 14, 2026, with an estimated contract value between $25 million and $100 million. Interested parties should direct inquiries to Jordan Moran at jordan.k.moran@usace.army.mil or Nicholas P. Emanuel at Nicholas.P.Emanuel@usace.army.mil.