Installation of Playground and Fence at Fort Buchanan PR
ID: W912C3-25-Q-A005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FORT BUCHANAN (RC)FORT BUCHANAN, PR, 00934-4572, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

CONSTRUCTION OF RECREATION FACILITIES (NON-BUILDING) (Y1PA)

Set Aside

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

    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is soliciting quotes for the installation of a government-furnished playground and perimeter fence at Building 292. This procurement aims to enhance recreational facilities at the installation, with a firm fixed-price contract expected to be awarded for the project. The opportunity is set aside for small businesses under the NAICS code 238990, with a project magnitude estimated between $25,000 and $100,000. Interested vendors must submit their quotes by May 30, 2025, at 09:00 AM local time, and are encouraged to contact Aheisha Crooks or Eileen Rivera for further information.

    Files
    No associated files provided.
    Similar Opportunities
    ROOF INSPECTION, REPAIR AND MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is soliciting bids for a Firm Fixed Price contract for roof inspection, repair, and maintenance services. The project, identified as Invitation for Bid (IFB) No. W912C326BA002, is a Total Small Business Set-Aside, with an estimated contract value between $5 million and $10 million, focusing on various roofing systems including modified bitumen, EPDM, and metal. Contractors are required to adhere to strict safety and environmental regulations, submit detailed reports, and ensure compliance with installation security procedures. Interested parties must monitor the Contract Opportunities website for updates and submit their bids along with a 20% bid bond guarantee by the specified deadline. For further inquiries, contact Jose Lopez at jose.m.lopezfeliciano.civ@army.mil or Felix Marrero at felix.r.marrero2.civ@army.mil.
    Rio Del La Plata Flood Control Project, Supplemental Contract 1, Dorado and Toa Baja, Puerto Rico.
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Rio Del La Plata Flood Control Project, specifically for Supplemental Contract 1 in Toa Baja and Dorado, Puerto Rico. This project aims to protect local communities from frequent flooding by constructing major features such as levees, channel widening, and culvert structures, along with various minor drainage management features. The estimated construction cost ranges from $250 million to $500 million, with a performance period of approximately 1,619 calendar days from the Notice to Proceed. Interested vendors should contact Jaclyn Yocum or Meranda Booth for further details, and proposals will be due around March 20, 2026, following the solicitation release on December 22, 2025.
    Playground Equipment Supply, Edward MacDowell Lake, Peterborough, NH
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking small business vendors to supply, deliver, and unload playground equipment at Edward MacDowell Dam in Peterborough, New Hampshire. The procurement includes specific requirements for playground structures and a swing set system, emphasizing compliance with safety certifications (ASTM and CPSC), design specifications, and aesthetic considerations, such as color schemes. This opportunity is significant for enhancing recreational facilities and ensuring safety standards for community use. Interested vendors must have an active registration in SAM.gov and submit their quotes via email to Contract Specialist Alicia LaCrosse by December 15, 2025, at 2:00 PM Eastern, with the award based solely on price.
    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.
    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.
    Bldg 1023 cabinets & Rollup Doors
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the installation of cabinets and roll-up doors at Building 1023, located at Camp Lejeune, North Carolina. This project is restricted to specific contractors under the Maintenance and Repair Multiple Award Construction Contract (M&R MACC) and requires adherence to detailed specifications and environmental compliance guidelines. The estimated cost for this project ranges from $25,000 to $100,000, with a completion period of 180 days, and proposals are due by December 31, 2025, at 12 PM EST. Interested contractors should direct inquiries to Donna Mason at donna.l.mason31.civ@us.navy.mil or call 910-451-2582 for further information.
    Sign and Safety Repairs - Metro, North, and South Regions
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the "Sign and Safety Repairs - Metro, North, and South Regions" project in Puerto Rico. This project aims to repair signs, guardrails, and other infrastructure damaged by Hurricanes Irma and Maria across 18 municipalities, with an estimated total cost between $15 million and $25 million. The work includes various tasks such as traffic sign assembly, guardrail installation, and cultural resource protection, emphasizing the importance of restoring critical transportation infrastructure. Interested bidders must register in the System for Award Management (SAM) and submit their bids electronically by the specified deadline, with bid documents expected to be available around November 17, 2025. For further inquiries, contact Emily McCleary or C. Shawn Long at EFLHD.Contracts@dot.gov.
    Z2DA--Copy of Provide Hurricane Hardening at Generator Farm
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the provision of hurricane hardening at a generator farm located in Puerto Rico. This procurement aims to enhance the resilience of the facility against hurricane impacts, ensuring continued operation during adverse weather conditions. The project falls under the NAICS code 236220, which pertains to commercial and institutional building construction, specifically focusing on the repair or alteration of hospitals and infirmaries. Proposals are now due by December 16, 2025, at 3:00 PM (AST), and interested parties should direct inquiries to Contracting Officer Ana G Alvarado at ana.alvarado@va.gov.
    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.
    P215 Joint Interagency Task Force - S
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking contractors for a Design-Bid-Build (DBB) fixed-price construction contract for the P215 Joint Interagency Task Force – South Command and Control Facility in Key West, Florida. The project involves constructing a five-story facility that includes specialized spaces such as a Sensitive Compartmented Information Facility (SCIF), Operations Center, and Network Operations Center, along with robust mechanical and electrical systems designed to withstand Category 5 hurricane conditions. This procurement is significant for enhancing operational capabilities and security for the JIATF-S, with a project magnitude estimated between $250 million and $500 million. Interested contractors must ensure they are registered with the System for Award Management (SAM) and are encouraged to contact Sheila Borges or Lindsay Betteridge for further information, with proposals due no earlier than 30 days after the solicitation is released, which will be available on Sam.gov.