Add Drainage & New Front Entrance - Orangeburg, NY
ID: W15QKN-25-Q-A122Type: Sources Sought
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
    FY23-28 General Construction Services BPA - W911S223S8000
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple HUBZone small businesses to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. The BPA aims to facilitate various construction projects, including new work, additions, alterations, and maintenance of real property facilities, with an estimated total value of $15 million across approximately 35 projects annually, each averaging around $75,000. Interested contractors must comply with specific requirements, including obtaining payment bonds for projects exceeding $35,000, adhering to Davis-Bacon wage rates, and registering in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Responses from interested parties must be submitted electronically by August 28, 2023, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, including necessary documentation such as UEI, CAGE, Tax ID, and a capability statement.
    EL-00241-5J, Power and Data for Workstations, Building P10110
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of power and data systems for workstations at Building P10110, located at Fort Drum, NY. This project falls under the Commercial and Institutional Building Construction category and is classified as a HUBZone Set Aside, indicating a preference for small businesses located in historically underutilized business zones. The work involves the repair or alteration of real property, which is crucial for maintaining operational efficiency within military facilities. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W911S226Q4988. For inquiries, Stephen Murray can be contacted via email at stephen.n.murray.mil@army.mil or by phone at 315-772-1977.
    CONSTRUCT STREAM BRIDGE TO REPLACE NRP-03
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort McCoy, Wisconsin, is seeking contractors to construct a stream bridge to replace NRP-03 on the Fort McCoy installation. This project falls under the NAICS code 237310, which pertains to Highway, Street, and Bridge Construction, and is classified as a Total Small Business Set-Aside under FAR 19.5, emphasizing the importance of supporting small businesses in federal contracting. The successful contractor will play a crucial role in enhancing infrastructure and ensuring safe transportation routes within the military installation. Interested parties should reach out to Kristine Scholz at kristine.k.scholz.civ@army.mil for further details regarding the solicitation process.
    BEJ Maintenance Compound Roof Replacements
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    NPS Beach Channel Drive Bulkhead
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is soliciting proposals for the Design-Build Construction Services for the Beach Channel Drive Bulkhead at Jacob Riis Park, Queens, New York. The project aims to replace the existing bulkhead, which has been rated in "Poor" condition, and to extend its service life for 100 years, while also repaving adjacent multi-use trails and repairing storm drain pipes. This opportunity is significant for maintaining infrastructure in a vital recreational area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit electronic proposals by December 16, 2025, and can contact Monica Coniglio at monica.n.coniglio@usace.army.mil for further details.
    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.
    NATIONAL CAPITAL REGION MULTIPLE AWARD TASK ORDER CONTRACT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is initiating a National Capital Region Multiple Award Task Order Contract aimed at small businesses for industrial building construction and related services. This procurement will focus on the repair or alteration of miscellaneous buildings, with the work expected to take place at Aberdeen Proving Ground in Maryland. The contract is significant for ensuring the maintenance and enhancement of military infrastructure, which is vital for operational readiness. Interested parties should note that the solicitation is set to be released on November 17, 2025, and can direct inquiries to the primary contact, Danette Wilson, at danette.d.wilson.civ@army.mil, or the secondary contact, Amy Hahka, at amy.k.hahka.civ@army.mil.
    Construct 241st Security Measures
    Dept Of Defense
    The Department of Defense, specifically the Tennessee National Guard, is inviting bids from small businesses for a firm fixed-price contract to enhance base infrastructure at 6511 Bonny Oaks Drive, Chattanooga, Tennessee. The project entails the construction of new iron picket perimeter security fencing, repairs to existing chain link fences, demolition of outdated gate operators, and modifications to conduits for power and communications. This procurement is significant for improving security measures and overall facility functionality, with a contract duration of 365 calendar days and a construction magnitude estimated between $1,000,000 and $5,000,000. Interested contractors must register in the System for Award Management (SAM.gov) and are encouraged to attend a pre-bid conference on January 21, 2026, with the bid opening tentatively scheduled for February 13, 2026. For further inquiries, contact Brian Morelock at brian.morelock.1@us.af.mil or call 865-336-3341.
    Staging/Marshaling Area
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a Staging/Marshaling Area at Fort Hood, Texas. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is designated as a Total Small Business Set-Aside under FAR 19.5. The construction of this facility is critical for supporting military operations and logistics, ensuring efficient staging and marshaling of equipment and personnel. Interested contractors should reach out to Jacqueline Cole at jacqueline.j.cole@usace.army.mil or call 314-526-1002 for further details, as the presolicitation notice indicates that additional project specifics are available in the attached documentation.
    Small Business Construction MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is soliciting proposals for a Small Business Construction Multiple Task Order Contract (MATOC). This procurement aims to engage small businesses in the construction of various commercial and institutional buildings, as outlined under NAICS code 236220, with a focus on the construction of miscellaneous buildings. The MATOC is crucial for supporting the Army's infrastructure needs within the North Atlantic Division Area of Responsibility, ensuring that qualified small businesses can contribute to essential construction projects. Interested parties should contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details, as this opportunity is set aside exclusively for small businesses under FAR 19.5 regulations.