Add Drainage & New Front Entrance - Orangeburg, NY
ID: W15QKN-25-Q-A122Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

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

    The Department of Defense, through the United States Army Contracting Command New Jersey, is soliciting proposals for construction services to enhance the SGT Jaror C. Puello United States Army Reserve Center in Orangeburg, NY. The project entails the installation of a new drainage system that integrates with the existing infrastructure and the relocation of the front entryway, with a total performance period of 210 days from the notice to proceed. This initiative is part of the government's commitment to improving military infrastructure and is set aside exclusively for small businesses under NAICS code 237110, with a size standard of $45 million. Interested contractors must submit their proposals, including performance bonds and proof of insurance, by the specified deadlines, and can direct inquiries to the designated contacts, Mitchell Douglas and Jasmyne Peterson, via email.

    Point(s) of Contact
    Jasmyne Peterson, Contracting Officer
    Jasmyne.C.Peterson.civ@army.mil
    Files
    Title
    Posted
    The government document provides the wage determinations for various construction projects in Rockland County, New York, under General Decision Number: NY20250020, effective from March 14, 2025. It outlines the Davis-Bacon Act's requirements regarding minimum wage rates under Executive Orders 14026 and 13658 for different types of construction, including residential and highway projects. For contracts awarded after January 30, 2022, the minimum wage is set at $17.75 per hour, while contracts awarded before this date require a minimum of $13.30 per hour if not renewed after the specified date. The document lists detailed wage rates and fringe benefits for various labor classifications, including electricians, laborers, carpenters, and others involved in construction, with specific rates based on job classifications and building types. It includes provisions related to paid holidays and outlines a process for requesting wage determination appeals. This summary underscores the government's commitment to ensuring fair labor standards and worker protections in federally funded projects, contributing to compliance with federal regulations regarding contractor minimum wage and benefits.
    The document outlines a structured cost estimation format typically used in federal and local government RFPs (Requests for Proposals) and grants. It focuses on detailing labor, equipment, and material costs associated with a construction or service project. The key components include a breakdown of labor types, crew skill sets, labor hours, and unit costs for both labor and materials. The estimation includes calculating total costs for labor, equipment, and materials, incorporating sections for overhead, profit, and bonds to provide a comprehensive financial view. Specific variables listed involve the unit costs of labor and materials, highlighting the importance of precise pricing in submissions. The format is crucial for contractors seeking funding or responding to government bids, ensuring all relevant costs are transparent and accounted for in alignment with federal guidelines. Overall, the document serves as a template for accurately forecasting project expenses, essential for competitive and compliant proposals in the government contracting landscape.
    The project titled "Additional Drainage and New Entryway" (Project Number: CSS# 96657) is being implemented at the SGT Jaror C. Puello USARC located at 123 Route 303, Orangetown, NY. Prepared by Therese Pointer in October 2024, this initiative addresses critical infrastructure upgrades involving the installation of new drainage systems and the creation of a new entryway to improve facility access. Specific plans include the installation of new catch basins and drain pipes that will connect to the existing drainage system, ensuring efficient water management. Additionally, a new entryway will be constructed with repurposed doors from within the building to enhance protection against the elements. Visual representations of the proposed modifications can be found in the accompanying as-built drawings. This project underscores the commitment to enhancing operational functionality and safety at the USARC facility, reflecting the federal government’s ongoing investment in infrastructure improvement for military installations.
    The project outlined is for the installation of additional drainage and the relocation of an entryway at SGT Jaror C. Puello USARC in Orangetown, NY, with a completion deadline of 210 calendar days from the Notice to Proceed. The contractor is responsible for all aspects of the work, including labor, materials, and compliance with environmental regulations. Key tasks include excavating for new catch basins and drainpipes, repairing the entryway, and ensuring site safety and cleanliness. The contractor must conduct a thorough site visit and verify measurements prior to commencing work to avoid discrepancies. All construction activities must occur during specified hours, and the contractor must provide regular progress updates. Environmental safeguards, including the management of hazardous materials and waste, are mandatory. The project also requires a pre-construction meeting to outline safety and operational protocols. Compliance with federal, state, and local laws is emphasized throughout, along with quality control to ensure adherence to specifications. The document reflects the government's emphasis on meticulous planning and execution of construction projects in federally funded contexts.
    The document outlines the Specifications of Work (SOW) for the project titled "Install Additional Drainage and Relocate Entryway" at the SGT Jaror C. Puello USARC in Orangetown, NY. The objective includes the installation of two new drainage catch basins, maintenance hole junction boxes, and related drainage infrastructure, alongside modifications to the entryway of the facility. The contractor is responsible for all labor, materials, equipment, and site management, adhering to specific regulations and quality control measures. Key tasks include excavation, installation of drainage systems, concrete work, and entryway modifications, with emphasis on environmental compliance, safety protocols, and routine inspections. A strict schedule must be maintained, with oversight from the government representatives. The contractor must ensure all operations cause minimal disruption to the facility's functions and public safety. Regular reporting and documentation are mandated for compliance verification. This project aligns with federal acquisition guidelines by ensuring quality performance, safety standards, and environmental protection, demonstrating the government's commitment to maintaining and improving military infrastructure while promoting responsible resource management.
    The United States Army Contracting Command New Jersey (ACC-NJ) is seeking proposals for construction services at the Sgt. Jaror C. Puello United States Army Reserve Center (USARC) located in Orangeburg, NY. The project involves the construction of a new drainage system that integrates with an existing one, along with the removal and relocation of front entryway doors. This Request for Proposal (RFP) is a 100% small business set-aside with a firm-fixed-price contract that seeks bids from eligible small businesses under NAICS code 237110, which caps eligibility at $45 million. The awarded work should commence within 10 calendar days after the notice to proceed, with a total performance period of 210 calendar days. Proposed bids are required to include performance and payment bonds, proof of insurance, and a detailed cost breakdown. The offeror must be registered in the System for Award Management (SAM) to be considered. A site visit is encouraged but not mandatory, and all inquiries must be submitted by specific deadlines to ensure they align with the RFP requirements. This solicitation represents a strategic initiative to enhance the facility's infrastructure and is reflective of the government’s commitment to utilizing small businesses in federal contracts.
    Lifecycle
    Similar Opportunities
    BCE COMPLEX
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of the Base Civil Engineering Complex at the 106th Rescue Wing located in Westhampton Beach, New York. This project, identified as WKVB159088, involves constructing a facility in accordance with provided plans and technical specifications, with a project magnitude estimated between $10 million and $25 million. The procurement is set aside exclusively for small businesses, adhering to the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and requires that bidders have an average annual revenue of no more than $45 million over the past three years. Interested contractors must attend a pre-bid site visit and submit a bid bond with their proposals. For further inquiries, potential bidders can contact Sara Margaret Luna at saramargaret.luna.1@us.af.mil or Melissa Santoro at melissa.santoro2.civ@army.mil. Note that contract awards will only be made once appropriated funds become available, as they are currently not available for this acquisition.
    CSS 88858 - Repair MEP and POV Lot
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is soliciting bids for the repair of the MEP and POV lot at the Chili USARC located at 49 Jetview Dr., Rochester, NY. This project is a total small business set-aside, aimed at supporting the U.S. Army 99th Readiness Division, and falls under the NAICS code 812930, which pertains to parking lots and garages. The estimated price range for this construction project is between $100,000 and $250,000, with all work to be completed in accordance with the Statement of Work. Interested contractors can reach out to Ryan Nicklous at ryan.p.nicklous.civ@army.mil or by phone at 520-687-5618, or contact Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil or 609-562-6405 for further details.
    CSS 98543 - Wall and Stair Rebuild - Fort Totten, NY
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command in New Jersey, is soliciting bids for the Wall and Stair Rebuild project at Fort Totten, NY. This procurement involves a firm fixed price contract aimed at the reconstruction of walls and stairs, with a focus on meeting the requirements outlined in the attached Statement of Work (SOW). The project is categorized under the Commercial and Institutional Building Construction industry, emphasizing the importance of maintaining and enhancing military infrastructure. Interested small businesses must respond to the solicitation by the specified deadline, with the estimated contract start date projected for June 27, 2025. For further inquiries, potential bidders can contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil.
    Virgin Islands Army National Guard Civil Support Team (CST) Ready Building
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the construction of a permanent 18,340 square foot Ready Building for the Virgin Islands Army National Guard Civil Support Team (CST) in Frederiksted, VI. This project involves comprehensive design and construction services that must comply with local, state, and federal building codes, including provisions for accessibility and antiterrorism measures, with a minimum facility lifespan of 50 years. The total estimated contract value ranges from $25 million to $100 million, with a performance period of 1460 calendar days from the Notice to Proceed. Interested small businesses must register in the System for Award Management (SAM) and submit proposals via the Procurement Integrated Enterprise Environment (PIEE) by the solicitation release date, expected on or about May 22, 2025. For inquiries, contact Samuela Adams at samuela.y.adams@usace.army.mil or Nicole Fauntleroy at nicole.fauntleroy@usace.army.mil.
    Design-Build Maintenance and Repair Army Reserves (MRAR) of U.S. Army Reserve Center (ARC), Building 315, New Cumberland, PA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build Maintenance and Repair of the U.S. Army Reserve Center, Building 315, located in New Cumberland, Pennsylvania. This project involves the renovation of a two-story training building, which is in a failing condition, with an estimated construction cost between $10 million and $25 million. The procurement follows a two-phase selection process, where the first phase evaluates past performance and technical approaches, and the top five bidders will advance to the second phase for detailed proposal and pricing evaluations. Interested contractors must maintain an active registration in the System for Award Management (SAM) and submit their proposals electronically, with the contract duration estimated at 1,100 calendar days from the Notice to Proceed. For further inquiries, potential offerors can contact Bonny Dylewski at bonny.c.dylewski@usace.army.mil.
    CSS 89308 - Replace Doors, Windows, and Vestibule
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command in New Jersey, is soliciting bids for a firm fixed-price contract to replace doors, windows, and vestibules at the Guy Cardillo USARC located in Roslindale, MA. This procurement is a total small business set-aside, emphasizing the importance of engaging small businesses in federal contracting opportunities. The work is critical for maintaining the functionality and safety of the facility, which falls under the NAICS code 236220 for Commercial and Institutional Building Construction. Interested contractors should review the attached Statement of Work and submit their proposals by the specified response date, with an estimated contract start date of July 11, 2025. For further inquiries, potential bidders can contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil.
    Job Order Contract (JOC) Region B
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is soliciting proposals for a Job Order Contract (JOC) in Region B, aimed at acquiring construction services for real property repair, maintenance, minor construction, and asbestos abatement. The contract will primarily focus on general building renovations, road and pavement repairs, and environmental work, requiring contractors to adhere to strict quality control and safety standards as outlined in the associated Quality Control and Safety Plans. This opportunity is set aside for 8(a) firms serviced by the Small Business Administration in New York, New Jersey, Pennsylvania, Connecticut, Maryland, and West Virginia, with a competitive evaluation process based on technical acceptability and pricing. Interested contractors should contact Timothy McCleary at timothy.j.mccleary.civ@army.mil or Sharon Wilson-Emmons at Sharon.Wilson-Emmons.civ@army.mil for further details, and proposals must be submitted by the specified deadline to be considered.
    Manufacturing Lab Addition Between B331 B332 and Renovations, Lakehurst Naval Base, Joint Base-MDL, New Jersey
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Manufacturing Lab Addition and renovations to Buildings B331 and B332 at Joint Base McGuire-Dix-Lakehurst, New Jersey. This project, which is set aside entirely for small businesses, aims to enhance laboratory facilities while ensuring compliance with various safety and building codes, including the International Building Code and National Fire Protection Association standards. The estimated contract value ranges from $10 million to $25 million, with bids due by May 29, 2025, at 2:00 PM EST. Interested contractors should direct inquiries to Nicholas P. Emanuel or Michael McCue via their provided email addresses.
    W912HP25R3002, Marine Forces Reserves, Facility Investment Services, Northeast Region II
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers, is soliciting proposals for Facility Investment Services for the Marine Forces Reserves in Northeast Region II. This procurement aims to secure facilities support services, which are crucial for maintaining and enhancing the operational readiness of military facilities. The contract is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested vendors can reach out to Walter Gordon at WALTER.L.GORDON@USACE.ARMY.MIL or call 843-329-8157 for further details regarding the solicitation process.
    REPAIR AIRCRAFT SHELTER FABRIC DOORS BLDG 138
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of aircraft shelter fabric doors at Building 138, located at 6001 E. Molloy Rd., Syracuse, NY. This contract is a 100% small business set-aside under the NAICS code 236220, with a project magnitude estimated between $1,000,000 and $5,000,000, aimed at maintaining essential airfield structures. Interested bidders are encouraged to attend a combined site visit and pre-proposal conference on May 13, 2025, and must submit their bids electronically, ensuring they remain valid for at least 90 days. For further inquiries, potential bidders can contact MSgt Briana McCaffery at briana.mccaffery@us.af.mil or Maj Richard Peirson at richard.peirson@us.af.mil, with the understanding that contract award will depend on the availability of funds, anticipated to be available by September 30, 2025.