AFRH Mechanical Yard Enclosure
ID: 20342325R00008Type: Combined Synopsis/Solicitation
Overview

Buyer

TREASURY, DEPARTMENT OF THEBUREAU OF THE FISCAL SERVICEARC DIV PROC SVCS - AFRHPARKERSBURG, WV, 26101, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of the Treasury, through the Bureau of the Fiscal Service, is soliciting quotations for the installation of a Mechanical Yard Enclosure and repairs to a brick retaining wall at the Armed Forces Retirement Home (AFRH) campus in Washington, D.C. The procurement aims to secure a Firm-Fixed Price Purchase Order for comprehensive services, including labor, materials, and equipment necessary for the project, while ensuring compliance with applicable standards. This initiative is crucial for maintaining and enhancing facilities for retired armed forces personnel, reflecting the government's commitment to high-quality service delivery. Interested contractors must submit their proposals by 10:00 a.m. EST on June 13, 2025, and can direct inquiries or requests for site visits to purchasing@fiscal.treasury.gov by May 2, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Armed Forces Retirement Home (AFRH) in Washington, D.C., is soliciting quotations for the installation of a Mechanical Yard Enclosure and repairs to a brick retaining wall at its campus. The Bureau of the Fiscal Service is managing this solicitation under a Firm-Fixed Price Purchase Order contract. Contractors must submit proposals by 10:00 a.m. EST on May 16, 2025, following specific instructions including the completion of a pricing sheet. A site visit can be requested until May 2, 2025, and all questions must be submitted via email. The scope includes providing all necessary labor, materials, equipment, and compliance with applicable standards, ensuring a complete project. Responsibilities also include moving and mounting equipment within the enclosure and preparing the wall for utility penetrations, although the actual utility connections are not included in this contract. The document emphasizes thorough compliance with contract documents and standards while ensuring that all identified discrepancies during the project are reported and managed appropriately. This RFP reflects the government's objective to maintain and improve facilities for retired armed forces personnel by ensuring high-quality service delivery through contractors.
    The document outlines a pricing worksheet for a government request for proposals (RFP) concerning various construction and demolition tasks. The main elements for pricing include total labor costs, travel expenses, and a detailed breakdown of specific work items such as the demolition of slabs and retaining walls, installation of chain link fences, footers, grading, and waterproofing. Each task's pricing structure is presented as a lump sum along with dimensions (like square feet or linear feet) to adequately assess costs. Additional costs are accounted for under headings such as "Miscellaneous Parts," "General & Administrative," profit margins, and contingency, bringing inclusivity to budget proposals. The document primarily serves the purpose of establishing a structured and transparent approach to financial estimates associated with public contracts, aligning them with the appropriate resource allocations for effective project execution. Such detailed pricing worksheets are crucial for government entities to ensure adherence to budgetary constraints and promote a competitive bidding environment for contractors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Repair FTD Building Envelope 539-25-509
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.
    R - Notice of Proposed Contract Action (Treasury-wide) - Retirement Specialists Support (RSS)
    Treasury, Department Of The
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency, is seeking to establish a Retirement Specialists Support (RSS) vehicle to provide comprehensive advisory, counseling, records analysis, and Federal benefits retirement processing support across all Treasury Bureaus. This procurement is aimed at creating a single-award Blanket Purchase Agreement (BPA) with a performance period not exceeding five years, utilizing the GSA Multiple Award Schedule and is exclusively set aside for certified Small Businesses located within a 50-mile radius of the Washington, DC metropolitan area. The selected contractor will play a crucial role in enhancing the retirement services offered to Treasury employees, ensuring effective management of retirement-related inquiries and processes. Interested parties should contact Matthew Quinn at Matthew.Quinn@occ.treas.gov or by phone at 202-913-2418 for further details.
    Troop Appliance Maintenance and Repair (TAMR)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM), Washington. This procurement involves providing non-personal services for the maintenance, repair, installation, and disconnection of appliances, as well as dryer duct and vent system cleaning for Unaccompanied Housing facilities. The contract, valued at approximately $19 million, will span from November 1, 2025, to March 31, 2030, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.
    PATTON HALL COMMUNITY CLUB & CONFERENCE CENTER, JOINT BASE MYER-HENDERSON HALL, VA.
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking capability statements from qualified firms for the construction of the Patton Hall Community Club and Conference Center at Joint Base Myer-Henderson Hall in Fort Myer, Virginia. The project involves a Design-Build Firm-Fixed-Price (FFP) contract for a new 70,600 square foot facility, including the demolition of an existing building, with a construction budget estimated between $50 million and $100 million. This procurement is critical for enhancing community and conference capabilities at the base, and interested parties must submit their responses by 11:00 AM EST on July 18, 2025, to the designated contacts, Amber Rose and Tamara Bonomolo, via email, referencing the Sources Sought Notice number W912DR25R17WQ.
    Special Notice - Bureau of Engraving and Printing (BEP) New Currency Production Facility (CPF)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, has issued a special notice regarding the construction of a new Currency Production Facility for the Bureau of Engraving and Printing (BEP) in Beltsville, Maryland. Due to budgetary constraints and a reduction in the project's required scope, the solicitation for this construction project has been canceled as of January 13, 2025, while USACE continues to collaborate with BEP to determine a path forward for the project. This facility is crucial for the production of U.S. currency, and updates regarding the project's status will be communicated via SAM.gov and the BEP Replacement Facility Quarterly Newsletter, accessible on the project's website. For further inquiries, interested parties may contact Ms. Paula Beck at Paula.M.Beck@usace.army.mil or (410) 800-7255, and Ms. Leigha Arnold at Leigha.M.Arnold@usace.army.mil or (443) 986-1067.
    Fence Repair BPA Fort Drum, NY
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Fencing Services at Fort Drum, NY. The BPA will be active from April 27, 2024, to April 26, 2029. The services required include repairing and replacing various types of fencing, gates, operators, associated components, and hardware. The contractor must adhere to ASTM specifications and tolerances for material fabrication and installation. The work will be performed in accordance with the Performance Work Statement and subject to the terms and conditions of the contract. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 238990. The registrations can be done through the System for Award Management (SAM) website. The contractor will not receive a BPA until these registrations are completed. Interested parties should submit their UEID, CAGE Code, and capabilities statement via email to the provided contacts.
    USPFO Hazardous Material Building Repair
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project entails significant renovations, including the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and replacement of hazardous material signage, all to be completed within 90 calendar days of the Notice to Proceed. This procurement is crucial for maintaining safety and compliance with federal and territorial building codes, ensuring the facility meets operational standards. The estimated contract value is $45 million, and interested small businesses must direct inquiries to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868, with a site visit scheduled for December 16, 2025.
    Y--IDIQ SB MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS FACILITIES AT PUBLIC WORKS DEPARTMENT (PWD) ANNAPOLIS, PAX RIVER, SOUTH POTOMAC AND ROICC ANDREWS NAVFAC WASHINGTON AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for new construction, repair, and renovation of various facilities at the Public Works Department (PWD) locations, including Annapolis, Pax River, South Potomac, and ROICC Andrews. The procurement involves providing comprehensive services such as repairs, renovations, new construction, and alterations to shore facilities and utilities, with work potentially extending to any NAVFAC location within the Continental United States. This contract is crucial for maintaining and enhancing the operational capabilities of government facilities, ensuring they meet current standards and requirements. Interested contractors can reach out to Frank G. Decker at frank.g.decker.civ@us.navy.mil or Tre'von Taylor at trevon.r.taylor2.civ@us.navy.mil for further information.
    Pre-notice of forth coming solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.