Lock and Dam 3 Comfort Station Roof Replacement
ID: W912ES24Q0089Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST PAULSAINT PAUL, MN, 55101-1323, USA

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF OTHER INDUSTRIAL BUILDINGS (Z2EZ)

Set Aside

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

    The Department of Defense, specifically the Army Corps of Engineers, is soliciting bids for the roof replacement of the Comfort Station at Lock and Dam No. 3 in Welch, Minnesota. The project involves removing the existing roofing system and installing a new PVC roofing system, with a focus on ensuring proper drainage and compliance with safety and environmental standards. This procurement is part of the government's initiative to maintain critical infrastructure and is exclusively set aside for small businesses under NAICS code 238160, with an estimated construction cost below $25,000. Interested contractors must submit their offers by the revised deadline of August 23, 2024, and are encouraged to contact Theodore Hecht at the provided email or phone number for further details.

    Files
    Title
    Posted
    The Statement of Work outlines the requirements for the roof replacement of the Comfort Station at Lock and Dam No. 3 in Welch, MN, overseen by the Army Corps of Engineers. The project involves removing the current built-up roofing system and installing a new PVC roofing system, ensuring proper drainage to prevent standing water. The contractor is responsible for all labor, materials, and the disposal of waste, with specific guidelines for safety and environmental protection. Key tasks include a pre-bid site visit, submission of design documents, and a pre-construction meeting to discuss safety plans, work schedules, and site conditions. The contractor must comply with strict safety standards, including maintaining public safety due to adjacent recreational facilities and providing an Accident Prevention Plan. A 20-year warranty is required for the roofing system, covering all aspects of the installation. The project reinforces the government's focus on maintaining public facilities while ensuring compliance with health, safety, and regulatory standards. Overall, this solicitation aims to engage qualified contractors for a critical infrastructure improvement project, emphasizing efficient project execution and adherence to governmental procedures and regulations.
    The document serves as an amendment to a government solicitation (W912ES24Q0089) and modifies the initial request for proposals (RFP) for a roofing project. The amendment primarily aims to extend the deadline for submission of quotes from June 28, 2024, to July 26, 2024. Additionally, it alters the number of required offeror copies from one to zero, indicating a shift to a more streamlined submission process. Key evaluation criteria for the bids have been outlined, including the need for roofing system applicators to be approved by the manufacturer, possess at least three years of relevant experience, and capability to provide specified warranties. Other evaluation factors include past performance and price. Quoters are instructed to submit their proposals via email to the designated contracting officer, Theodore R. Hecht, along with a signed Standard Form 1442 which includes pricing details. The document ensures compliance with procurement regulations, highlighting the necessity for contractors to be registered with the System for Award Management (SAM) prior to bid submission. Overall, this amendment strengthens the process for soliciting competitive bids while ensuring compliance with federal procurement standards.
    The document is an amendment to a solicitation/modification of contract W912ES24Q0089, primarily to extend the deadline for offers to accommodate testing for potential asbestos abatement on the roofing surface. The new deadline for submission of offers has been changed from July 26, 2024, to August 16, 2024, allowing additional time for the necessary assessments. This amendment ensures compliance with safety regulations related to asbestos management. The contracting officer's signature and issuance details indicate authorized communication regarding these enhancements to the procurement process. The document maintains existing terms and emphasizes the necessity for contractors to acknowledge receipt of the amendment to avoid rejection of their offers. This procedural update reflects the government's commitment to ensuring health and safety in construction projects while navigating regulatory requirements effectively.
    The document is a formal amendment to a government solicitation, specifically extending the deadline for quote submissions related to a contract identified by W912ES24Q0089. The original response deadline of August 16, 2024, has been postponed to August 23, 2024, at 2:00 PM. This amendment is issued by the US Army Corps of Engineers (USACE), St. Paul District, and requires contractors to acknowledge receipt to ensure their offers are considered. The file confirms that while this amendment modifies the submission date, all other terms and conditions of the initial solicitation remain unchanged. This procedural adjustment aligns with standard federal practices for managing requests for proposals (RFPs) and contract modifications, aiming to facilitate fair competition and compliance among potential contractors. The document follows structured government formats, ensuring clarity and legal adherence in the amendment process.
    The document is an amendment to a solicitation/modification of a government contract, specifically regarding the contract W912ES24Q0089. It primarily serves to extend the completion date for a project and update certain clauses within the contract. The crucial change is the alteration of the response date from August 23, 2024, to September 20, 2024, along with a shift in the delivery date of a required item from September 30, 2024, to October 31, 2024. Several clauses related to construction wage rates and labor standards have been deleted, while new ones regarding prompt payment and whistleblower rights have been integrated. The document emphasizes the importance of acknowledging this amendment timely, as failing to do so may result in the rejection of submitted offers. This amendment illustrates the government's commitment to managing contract timelines and compliance with labor regulations in public contracts while ensuring transparent communication with contractors. Overall, it aligns with standard practices for federal solicitations and modifications, emphasizing fiscal responsibility and adherence to current regulations.
    The document outlines a Request for Quotes (RFQ) for the roof replacement of the Lock and Dam 2 Comfort Station, adhering to FAR Part 13 Simplified Acquisition Procedures. This project is exclusively reserved for small businesses under NAICS code 238160, with a total estimated construction cost below $25,000. Notably, no bid bond is required, and performance and payment bonds are mandated only for contracts exceeding $150,000. The solicitation details include a mandatory performance period starting within ten calendar days post-award and concluding not later than September 30, 2024. Bidders are instructed to submit sealed offers by June 28, 2024, with specific requirements for documentation and adherence to established wage rates. A site visit is scheduled for June 18, 2024. To qualify, bidders must provide a comprehensive quote aligning with established pricing and experience criteria, particularly regarding roofing systems. Additional instructions highlight the necessity for compliance with federal labor standards and the use of an electronic payroll processing system to ensure adherence to the Davis-Bacon Act. This procurement signifies governmental efforts to engage small businesses while ensuring that contractors meet rigorous standards for financial health and technical competency.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    District Warehouse Roof Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the District Warehouse Roof Replacement project located in Omaha, Nebraska. This project involves the replacement and repair of roofing assemblies for the existing MRPO Warehouse building, which is in a failing state, with a focus on extending the building's useful life and ensuring safety. The estimated construction cost ranges from $1 million to $5 million, and the contract is set aside for small businesses, with a performance timeline requiring work to commence within 10 calendar days and be completed within 90 days after contract award. Interested contractors should submit their bids electronically, adhering to the specified guidelines, and may contact Mika N. Mahyenga at mika.n.mahyenga@usace.army.mil or Lee M. McCormick at lee.m.mccormick@usace.army.mil for further information. A site visit is scheduled for September 10, 2024, as detailed in the solicitation documents.
    Lock 4 Allegheny River Lockmasters Office Roof Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Pittsburgh District, is seeking contractors for the replacement of the roof at the Lockmasters Office located at Lock 4 on the Allegheny River in Natrona, PA. The project entails the complete removal and disposal of existing roofing materials, followed by the installation of new shingles, gutters, downspouts, and necessary repairs to the chimneys and flashing. This procurement is crucial for maintaining the structural integrity and functionality of the Lockmasters Office, which plays a vital role in the operations of the U.S. Army Corps of Engineers. Interested small businesses are encouraged to reach out to Mario Dizdarevic at mario.dizdarevic@usace.army.mil or Connie Ferguson at connie.l.ferguson@usace.army.mil for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Dump Station Removal & Area Improvement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the removal of a dump station and subsequent area improvements at the Cross Lake Recreation Area in Minnesota. The project encompasses a range of tasks including site preparation, installation of concrete sidewalks, a new pergola with a swing, a bike rack, landscaping with native plants, and the installation of flagpoles, all to be executed in compliance with local and federal regulations. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated budget between $100,000 and $250,000, and the completion deadline is June 27, 2025. Interested contractors should contact Karl Just at karl.p.just@usace.army.mil or Jesse Onkka at Jesse.L.Onkka@usace.army.mil for further details.
    Patoka Lake Articulated Block Gutter Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors for the Patoka Lake Articulated Block Gutter Replacement project located in South Dubois County, Indiana. The project involves the removal of existing concrete gutters and the construction of a new flexible articulated concrete block mattress to improve drainage along the dam. This initiative is crucial for maintaining the infrastructure and safety of the Patoka Lake Dam, ensuring compliance with environmental and safety regulations. Interested small businesses must submit their proposals within 60 days, with an estimated project cost between $500,000 and $1 million. For further inquiries, contact Thomas Nauert at thomas.s.nauert@usace.army.mil or call 502-315-6502.
    FMC Rochester - Replace Bldg. 2, 4 & 10 Roofs
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to replace the roofs on Buildings 2, 4, and 10 at the Federal Medical Center (FMC) in Rochester, Minnesota. The project involves the installation of new roofing systems, including an ethylene propylene diene monomer (EPDM) membrane, and requires contractors to comply with stringent security protocols, including background checks for personnel entering the facility. This opportunity is a total small business set-aside, with an estimated project value between $1 million and $5 million, and bids must be submitted electronically by October 2, 2024. Interested contractors should contact Trisha Holm at tmanderson@bop.gov or 202-598-6052 for further information and ensure they are registered in the System for Award Management (SAM) at https://sam.gov.
    Raw Water Piping System Replacement, Table Rock Powerhouse
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the replacement of the Raw Water Piping System at the Table Rock Powerhouse located in Branson, Missouri. This project, which falls under the NAICS code 237110 for Water and Sewer Line and Related Structures Construction, aims to enhance the infrastructure within the White River Basin and is estimated to have a construction magnitude between $5 million and $10 million. The successful contractor will play a crucial role in maintaining the operational integrity of hydro facilities, which are vital for water management and energy production. Proposals are due by September 20, 2024, at 12:00 PM CDT, and interested parties can reach out to Sarah Hagood at 501-340-1277 or via email at sarah.n.hagood@usace.army.mil for further inquiries. A site visit is scheduled for August 7, 2024, at 9:00 AM CDT, and bidders are encouraged to utilize the ProjNet Inquiry Key IRW386-H53JBF for any questions during the submission period from July 24 to August 15, 2024.
    McAlpine Lock and Dam Life Safety Sign Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the McAlpine Lock and Dam Life Safety Sign Replacement project, which is set aside for small businesses. The contractor will be responsible for removing existing signs and installing new safety signs at designated locations, utilizing government-furnished signs while providing all necessary personnel, equipment, and materials. This project is crucial for enhancing safety measures at the McAlpine Locks and Dams, ensuring compliance with federal, state, and local regulations. Interested vendors must submit their proposals electronically by September 20, 2024, and are encouraged to arrange a site visit before the submission deadline. For further inquiries, vendors can contact Reginald Alexander at reginald.alexander@usace.army.mil or by phone at 502-315-6566.
    Dutch John Bunk House Roof Replacement
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is soliciting proposals for the Dutch John Bunk House Roof Replacement project located in Dutch John, Utah. The project requires contractors to provide all necessary materials, labor, and equipment to remove the existing roof and install a new thermoplastic polyolefin (TPO) roofing system, with a budget estimated between $100,000 and $250,000. This procurement is particularly significant as it emphasizes compliance with federal guidelines, including the Buy American Act, and aims to support local economies while ensuring quality and safety standards are met. Interested small businesses must submit their proposals by September 20, 2024, and can direct inquiries to Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov.
    Green River Lock and Dam 1 Miter Gate Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Louisville District, is soliciting proposals for the repair of the Green River Lock and Dam 1 miter gates in Reed, Kentucky. Contractors are required to submit price proposals for the rehabilitation project, which is estimated to cost between $1,000,000 and $5,000,000, and must comply with various construction clauses and safety regulations. This project is crucial for maintaining the functionality and safety of essential hydraulic structures, reflecting the government's commitment to infrastructure improvement. Proposals are due by 10:00 AM Eastern Time on September 20, 2024, following a mandatory site visit on September 12, 2024, and must be submitted electronically to Maxwell Williams at maxwell.s.williams@usace.army.mil.