REBUILD FAMILY HOUSING FORT WADSWORTH PHASE I AT U. S. COAST GUARD SECTOR NEW YORK, STATEN ISLAND, NY
ID: 70Z04724RPCNI0006Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDFDCC(00047)NORFOLK, VA, 23513, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF FAMILY HOUSING FACILITIES (Y1FA)
Timeline
    Description

    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the Rebuild Family Housing project at Fort Wadsworth, Staten Island, NY, which involves the design-build demolition and construction of new family housing facilities. The project aims to replace deteriorating apartment buildings with approximately 30 new townhome-style structures, including necessary site preparation, utility installation, and landscaping improvements. This initiative is crucial for enhancing living conditions for Coast Guard personnel and their families while adhering to federal regulations and historic preservation standards. Interested contractors must be part of the DHS/USCG National Multiple Award Construction Contract III - Pool One and submit their proposals by October 29, 2024, with a project budget estimated at $52 million. For further inquiries, contact Maria (Helen) Chapa-Johnson at maria.e.chapa-johnson@uscg.mil or Gabe Perez at gabriel.d.perez@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided document is an Asset Enrollment Template, detailing asset listings for government properties, particularly family housing apartments managed under the U.S. Coast Guard. Each asset entry includes critical information such as landlord names, installation numbers, site details, legal interests, size, and GPS coordinates. The document tracks the status of evaluations, approvals from program heads, and any updates made by the responsible officers, emphasizing systematic verification and record-keeping across various assets. Key details are structured across multiple sheets, capturing asset specifics, including descriptions, current conditions, and landlords' operating facility references. The format includes sections for photographs, reviews, and acknowledgment by involved personnel, indicating a comprehensive asset management process aimed at regulatory compliance and systematic monitoring. The purpose of this documentation aligns with federal RFPs and grants, illustrating a structured approach to property management within government operations, ensuring accountability and transparency in asset enrollment and maintenance.
    The document outlines architectural and engineering plans for a housing signage and exterior repairs project at Fort Wadsworth, Staten Island, overseen by the United States Coast Guard. Key details include specifications for materials such as reinforced concrete footings, pre-cast caps, and steel tubes alongside landscaping requirements in a separate contract. Essential construction elements feature brick piers and erosion control blankets aimed at stabilizing land and promoting vegetation growth. The plans are designed by KSS Architects, with specific dimensions and measurements indicated for construction accuracy. The emphasis is placed on adherence to detailed engineering standards and safety protocols. This document serves as an essential reference in the RFP process for federal grants or contracts, ensuring that developments comply with regulatory requirements while enhancing the facility’s overall arrangement and signage.
    The document pertains to the "Utilities ICAM Phase IV" project associated with the U.S. Coast Guard Sector New York Housing located in Staten Island, New York. It provides detailed drawings, maps, and an inventory of utilities for the project, with an emphasis on facilitating the planning and management of infrastructure requirements. The document includes various sheets outlining the project, specifically a cover sheet, a legend for line types and symbols, and seven sheets detailing the utilities inventory. The maps illustrate the project's location at multiple scales, aiding in the understanding of the surrounding area and relevant utilities. This file forms part of a solicitation process for prospective contractors involved in utilities management and infrastructure upgrades, aligning with federal and state regulations related to public works projects. Overall, it signifies the government's efforts to maintain and improve essential services at the housing site, ensuring operational efficiency and compliance with safety standards.
    The document outlines a collection of architectural and engineering drawings as part of a project at Fort Wadsworth Naval Station in Staten Island, N.Y. The main focus is the development of 400 family housing units, detailing various plans including exterior elevations, site development plans, and subsurface borings. Each entry is identified with its respective drawing numbers and contains specific notes regarding site preparation, removals of existing structures, and the handling of archaeological sites. The document emphasizes coordination among contractors and the adherence to guidelines concerning existing utilities, archaeological sensitivities, and ecological considerations. By providing this comprehensive suite of drawings and notes, it aims to facilitate the construction process by offering clear instructions and specifications necessary for compliance with federal standards and local regulations, ultimately contributing to the strategic development of military family housing in the area.
    The document is an amendment (0001) to the solicitation for the "Rebuild Family Housing Fort Wadsworth Phase I" project at the U.S. Coast Guard Sector New York in Staten Island, NY. This amendment emphasizes the necessity for contractors to acknowledge receipt of the amendment before the specified deadline, detailing methods for acknowledgment, as failure to comply could lead to rejection of offers. A significant addition to this amendment includes an organized site visit scheduled for September 17, 2024, which will take place at the U.S. Coast Guard Sector Engineering Building. Interested parties must submit an advanced list of attendees 48 hours prior to the visit and are advised that full access to housing units may be limited due to occupancy. The document establishes key points of contact for the site visit and outlines a process for submission of necessary information. Overall, the amendment reaffirms the importance of adherence to solicitation changes and provides guidance for logistical arrangements related to the project, underscoring the federal contracting commitment to transparency and thorough communication with potential bidders.
    This document details Amendment 0002 to Solicitation 70Z04724RPCNI0006 for the Rebuild Family Housing project at Fort Wadsworth, U.S. Coast Guard Sector New York. The amendment clarifies the procedures for acknowledging receipt by bidders and outlines the potential repercussions of failing to do so, including the rejection of offers. It also specifies the incorporation of several attachments, categorized as A through G, which include construction records, environmental data, project management sheets, a watershed study, flow test results, photographs, and construction standards. The amendment emphasizes the importance of acknowledging these modifications for maintaining compliance with the solicitation requirements. The document serves to enhance transparency and facilitate the bidding process by ensuring all parties have access to the latest information regarding the project.
    This document is an amendment to Solicitation Number 70Z04724RPCNI0006 for the Rebuild Family Housing project at Fort Wadsworth, U.S. Coast Guard Sector New York. It details the acknowledgment requirements for receiving the amendment, emphasizing the importance of submitting acknowledgment before the specified deadline to avoid rejection of offers. The amendment integrates additional RFP drawings and Attachment D, specifically detailing architectural, civil, and general drawings related to the project, as well as information from the Fort Wadsworth Watershed Study 2010. The document underscores that all prior terms and conditions remain in effect unless explicitly changed. Proper acknowledgment of this amendment is crucial for compliance with the solicitation process. The file serves to guide contractors on how to modify their submitted offers and ensures transparency in government contracting procedures.
    The Fort Wadsworth Housing Project, overseen by the U.S. Coast Guard (USCG), involves the demolition of existing family housing units and the construction of new townhomes in Staten Island, NY, intended to address structural and code issues from buildings last constructed in 1990. The project, involving about 30–31 new two- or three-story buildings, will occur in phases starting March 2023 and aims to improve living conditions while minimizing environmental impact. An environmental review determined the project qualifies for a Categorical Exclusion under the National Environmental Policy Act (NEPA), as it will not significantly affect public health, endangered species, or historic sites. Required measures include obtaining a National Pollutant Discharge Elimination System (NPDES) permit and creating an Inadvertent Discoveries Plan for archaeological monitoring. The USCG has consulted relevant historical and tribal agencies to ensure compliance and address any concerns regarding cultural resources. This initiative exemplifies the USCG's commitment to enhance housing while adhering to regulatory standards and promoting environmental stewardship.
    The U.S. Coast Guard (USCG) is proposing the demolition and reconstruction of its family housing complex at Fort Wadsworth on Staten Island, following Section 106 of the National Historic Preservation Act. The existing housing, built in 1990, contains 20 deteriorating apartment buildings, which the USCG seeks to replace with approximately 30 new townhome-style structures. A key aspect of the project involves an "Inadvertent Discoveries Plan" for archaeological monitoring during construction, due to the proximity of historic sites. The New York State Historic Preservation Office (SHPO) has reviewed the documentation and concluded that the current housing units do not contribute to the historic significance of the Fort Wadsworth district. They have expressed no concerns regarding the demolition and concur with the USCG’s plans, affirming that the project will have no adverse effects on historic properties. This determination and the monitoring strategy are crucial to ensure compliance with both federal and state preservation guidelines, while allowing for necessary updates to military housing facilities.
    The U.S. Coast Guard (USCG) is planning to rebuild its family housing complex at Fort Wadsworth on Staten Island, New York, following the guidelines set out in Section 106 of the National Historic Preservation Act. Initially built by the Navy in the 1990s and never occupied, this housing complex has faced severe structural issues over the years. The proposed project involves demolishing the existing 20 apartment buildings and replacing them with approximately 30 new buildings configured as townhomes while adhering to historic preservation standards. The project will take place on a 50-acre site alongside several historic military installations listed on the National Register of Historic Places. It includes measures to mitigate potential effects on cultural and archaeological resources, particularly monitoring by qualified archaeologists during ground-disturbing activities. A plan for inadvertent discoveries of cultural resources or human remains is also in place. The USCG emphasizes the importance of engaging with local tribal nations in assessing the significance of any historic properties present in the area. The USCG invites feedback within 30 days from relevant parties to discuss concerns or impacts related to the project.
    The Fort Wadsworth Housing Rebuild project in Staten Island involves significant renovations, including the demolition of multiple residential units, carports, and site preparation for new construction. The initiative will replace existing structures with nine new multiplex residential units, comprising a mix of 3-bedroom and 4-bedroom units, including ADA accessible options. The project scope encompasses the installation of new underground utilities, resurfacing and repairing roads and sidewalks, as well as landscaping and fencing improvements. Each bid option proposes the construction of additional multi-unit buildings. The planning includes detailed asset management and compliance with federal construction costs, ensuring proper budget allocation and project management oversight. The project aims to modernize housing facilities while meeting community needs through improved accessibility and functionality.
    The Fort Wadsworth Housing Rebuild project in Staten Island involves significant renovations, including the demolition of multiple residential units, carports, and site preparation for new construction. The initiative will replace existing structures with nine new multiplex residential units, comprising a mix of 3-bedroom and 4-bedroom units, including ADA accessible options. The project scope encompasses the installation of new underground utilities, resurfacing and repairing roads and sidewalks, as well as landscaping and fencing improvements. Each bid option proposes the construction of additional multi-unit buildings. The planning includes detailed asset management and compliance with federal construction costs, ensuring proper budget allocation and project management oversight. The project aims to modernize housing facilities while meeting community needs through improved accessibility and functionality.
    The document is a Contract Item Review Request from the U.S. Coast Guard for a construction project at Ft. Wadsworth, Staten Island, NY. It pertains to two contract numbers and is associated with a Hydrant Flow Test under specifications sections 21 13 13 and 21 13 16. Submitted by TANTARA Corporation, this review outlines a request for approval of the specified material and includes sections for government review, contractor feedback, and signatures from the Contracting Officer’s Representative (COR) and Construction Project Manager. It clarifies that the government's review aims to verify adherence to contractual design but does not excuse the contractor from ensuring compliance or correcting any errors in the submissions. The document emphasizes the importance of prompt resubmittal on any rejected items, promoting a structured review process in public sector projects. This review plays a fundamental role in maintaining accountability and quality standards in government contracts, specifically within the domain of federal and state-funded projects.
    The document outlines the family housing facilities provided by the United States Coast Guard (USCG) at Fort Wadsworth, Staten Island, New York. It includes information on community events, such as a weekly family dinner every Wednesday and reminders about pet care within the community. The installation features signage emphasizing speed limits and safety measures for children. It is clear that the document serves to welcome residents to the USCG housing and foster a sense of community engagement. The presence of details about upcoming events and operational notices showcases the commitment to maintaining a healthy living environment for families associated with the Coast Guard. Overall, the document functions as an informational resource aimed at enhancing community interaction and ensuring resident awareness of key aspects related to their housing experience.
    The United States Coast Guard (USCG) has issued a Request for Proposal (RFP) for the Rebuild Family Housing project at Fort Wadsworth, located within the USCG Sector New York in Staten Island, New York. This initiative aims to replace existing family housing units with new multiplex townhouse-style buildings, transitioning from 154 units to 136. Phase 1 of the project encompasses the demolition of several outdated apartment buildings, site preparation, and construction of new facilities equipped with updated utilities and amenities. The RFP outlines the requirements for design and construction, emphasizing compliance with quality control measures, sustainable design principles, and all relevant codes. Contractors will be responsible for utility service arrangements, permits, and maintaining the site's operational security. Various sections detail necessary submittals, such as progress payments, schedules, and design specifications. A critical component of the proposal includes delivering a time-scaled performance schedule to monitor progress, with specific milestones and documentation required for approvals. This document frames the government's intent to modernize housing facilities while ensuring a collaborative and efficient approach between contractors and the USCG throughout the project's lifecycle.
    The Family Housing Design Configuration Standard Technical Order (CSTO) establishes uniform standards for the design, renovation, and maintenance of Coast Guard-owned family housing. It aims to ensure quality living conditions for Coast Guard personnel and their families. The document outlines responsibilities, technical requirements, and compliance measures relevant to all housing assets, emphasizing the necessity of adherence to environmental policies and construction guidelines. The CSTO details site design principles, including the consideration of natural landscapes and existing structures, and stresses the importance of utility infrastructure and public amenities. It provides specifications for interior living spaces, architectural design, and fire and safety requirements, citing various National Fire Protection Association standards. Additionally, the document outlines criteria for kitchen and bathroom layouts, emphasizes energy efficiency, and discusses need-based renovations or conversions. It mandates compliance with local building codes and the overall improvement of housing quality to support the mission readiness of the Coast Guard. This technical order serves as a foundational guideline to support the efficient administration and quality control of family housing facilities within the Coast Guard framework.
    The "New Building Design and Construction" Configuration Standard Technical Order (CSTO) issued by the U.S. Coast Guard establishes design and construction guidelines for new shore infrastructure to ensure resilience and compliance across all funding sources. The document outlines the purpose, applicability, roles, and responsibilities, and emphasizes adherence to environmental policies under the National Environmental Policy Act (NEPA). It classifies facilities into risk categories, guiding construction based on human safety, health, and essential mission operations. The CSTO insists on following the latest International Building Code (IBC) standards, including advanced designs for seismic activity and flood resistance. Design elements must incorporate energy efficiency, sustainability, and accessibility measures. The document mandates that new buildings include a thorough commissioning process to ensure functionality and compliance while emphasizing the importance of incorporating locally available materials. The comprehensive guidelines reflect the Coast Guard's commitment to building infrastructure that is adaptable to future mission demands, prioritizing both resilience and sustainability in design and construction practices.
    This government solicitation outlines a Design-Build project for the Rebuild of Family Housing at Fort Wadsworth, U.S. Coast Guard Sector New York, Staten Island, NY. The project requires the contractor to demolish, design, and construct multiplex and duplex residential units, including all related utilities and sitework. The solicitation is exclusively open to offerors listed on the current DHS/USCG National Multiple Award Construction Contract III – Pool One. Interested contractors must submit sealed bids by the specified deadline, and all offers must comply with detailed work requirements and provisions outlined in the attached Request for Proposal (RFP). The contractor is expected to begin work within a stated timeframe following award notification and must provide necessary performance and payment bonds. The document emphasizes adherence to federal contracting protocols, including the completion of a standard offer form, acknowledgement of any amendments, and submission of required guarantees. Overall, this solicitation illustrates the government's commitment to housing development projects while ensuring compliance with regulatory frameworks and competitive bidding processes.
    The document outlines a task order announcement (TOA) from the U.S. Coast Guard for the design/build construction project titled "Rebuild Family Housing Fort Wadsworth Phase I" located at Coast Guard Sector New York, Staten Island, NY. The project aims to demolish existing housing facilities and construct new ones, with an approximate budget of $52 million. Interested contractors must be part of the National Multiple Award Construction Contract III, Pool One (NMACC III-Pool 1). Contractors are required to submit proposals by October 29, 2024, with a focus on design efficiency, sustainability, and minimal disruption to current housing. A project labor agreement is mandated due to the scale of construction, and failure to include it may result in disqualification. The proposal evaluation will weigh non-price factors, including conceptual design and construction sequencing, alongside price. The government seeks to award a firm-fixed-price task order based on the best value trade-off analysis. The completion timeline is set for 1256 calendar days post-award. Liquidated damages of $1,433 per day will apply for delays. The announcement emphasizes compliance with federal regulations and environmental standards, including LEED certification goals.
    The document outlines the General Decision Number NY20240003, detailing wage determinations for various types of construction projects in New York, including building, heavy, highway, and residential construction. It specifies the minimum wage rates contractors must pay under Executive Orders 14026 and 13658, applicable based on contract dates. Key wage rates for specific classifications are provided, highlighting hourly rates and fringe benefits for various trades, including carpenters, electricians, and laborers across different counties. Additionally, the document addresses worker protections under the Davis-Bacon Act and the appeals process for wage determinations. This comprehensive overview serves as a crucial resource for federal contractors and workers, ensuring compliance with wage standards and labor regulations associated with government-funded construction projects. The information is structured clearly, facilitating easy reference for contractors engaged in local federal grants and RFPs.
    Similar Opportunities
    Housing Maintenance Services - Training Center, (TRACEN) Cape May, NJ
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide Housing Maintenance Services at the Training Center (TRACEN) in Cape May, New Jersey. The contractor will be responsible for supplying all necessary personnel, equipment, and materials to perform maintenance tasks, including carpentry, plumbing, and electrical work, on a 24/7 basis for a base year plus four option years, starting January 1, 2025. This service is crucial for maintaining the quality of military family housing and ensuring the safety and well-being of personnel and their families residing at the facility. Interested parties must respond to the Sources Sought Notice by September 20, 2024, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Rosalyn Wooling at Rosalyn.A.Wooling@uscg.mil or Jennifer R. Blackwell at Jennifer.r.blackwell@uscg.mil.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    Z--FOSU 318708-322870 Replace Fort Sumter and Fort Mo
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of docks at Fort Sumter and Fort Moultrie, as well as the rehabilitation of Liberty Square Pier in Charleston, South Carolina. The project aims to enhance visitor access and safety by demolishing existing structures and constructing compliant new docks, while adhering to historical preservation standards and environmental regulations. This initiative is critical for maintaining operational capacity at these national monuments, which are significant for both historical and ecological reasons. Interested contractors should contact Brenda Smith at brendasmith@nps.gov or call 720-315-2035 for further details, with proposals expected to be submitted by the specified deadlines, and the estimated construction cost exceeding $10 million.
    NEW US COAST GUARD RECRUITING OFFICE IN LONG ISLAND NY
    Active
    Homeland Security, Department Of
    The United States Coast Guard, under the Department of Homeland Security, is seeking to lease a retail space for a new recruiting office in Long Island City, New York. The facility must provide a minimum of 2,000 rentable square feet and accommodate five to seven personnel, with additional requirements including a kitchenette or storage area, a back door, and parking for two government vehicles. This recruiting office is essential for the Coast Guard's outreach and recruitment efforts, and the space must be available by May 1, 2025. Interested landlords must submit their expressions of interest, including property ownership documentation and other specified details, to Jonelle Thompson at Jonelle.G.Thompson@uscg.mil by the indicated deadline.
    Y1DZ--VHA Minor Construction - Project 650-318 - New Otis CBOC for Providence VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction of a Replacement Outpatient Clinic at the US Coast Guard Air Station in Cape Cod, Massachusetts, under project number 650-318. This project aims to enhance healthcare services for veterans by providing a fully equipped facility that adheres to modern healthcare standards and safety regulations. The estimated budget for the project ranges from $10 million to $20 million, with a current funding cap of $16.5 million, and it is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit their proposals electronically by September 25, 2024, and are encouraged to contact Contracting Officer William D. Henkel at william.henkel@va.gov for further details.
    FY24 H-2405 Whole House Revitalization Bldgs 680-683 MCAS Iwakuni, Japan
    Active
    Dept Of Defense
    The US Army Corps of Engineers is seeking expert engineering and construction firms to lead a specialized design-build project at Marine Corps Air Station Iwakuni, Japan. Four steel-frame buildings and two carports require comprehensive renovation and redesign, involving architectural, mechanical, and electrical components. This procurement, valued at an estimated $70 million, aims to deliver a high-quality, efficient solution while minimizing disruptions to traffic flow. Firms are invited to submit technical proposals by October 1, 2024, with a competitive acquisition process set to follow. The project holds significance in enhancing residential structures for better functionality and is expected to commence in December 2024. For more information, contact Charles Qi or Nakiba Jackson via email.
    Advance Notice - NPS Beach Channel Drive Bulkhead
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) New York District, is seeking contractors for the Design-Build construction services to replace the bulkhead along Beach Channel Drive at Jacob Riis Park in Rockaway Beach, New York. The project aims to extend the service life of the existing bulkhead, which is approximately 5,300 linear feet, for an additional 100 years, while also repaving the adjacent multi-use trail and replacing damaged storm drain pipes. This project is significant for maintaining the structural integrity of the coastal area and ensuring compliance with various federal, state, and local regulations. Interested contractors should note that the anticipated solicitation will be posted around October 21, 2024, with a project magnitude between $25 million and $100 million, and are encouraged to contact Monica Coniglio at monica.n.coniglio@usace.army.mil for further details.
    Justification For Other Than Full and Open Competition DHS USCG A/E Multiple Award IDIQ $75M Additional Capacity
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the United States Coast Guard (USCG), is increasing the aggregate ceiling amount of its Architect & Engineering (A/E) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) by $75 million, raising the total from $200 million to $275 million. This increase is necessary to address urgent requirements for waterfront facility repairs and related engineering studies, driven by a surge in obligations due to previous contract usage. The modifications are essential for maintaining mission-critical operations and ensuring efficient execution of task orders by highly qualified contractors with unique capabilities in shore support services. Interested parties can reach out to Gabriel D. Perez at gabriel.d.perez@uscg.mil for further information regarding this opportunity.
    Marine Construction - West Bulkhead Replacement at the Cape Cod Canal East Boat Basin in Sandwich, MA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Marine Construction project involving the West Bulkhead Replacement at the Cape Cod Canal East Boat Basin in Sandwich, Massachusetts. The project aims to replace a significantly corroded existing bulkhead, enhancing the structural integrity of the marine facility while ensuring compliance with environmental regulations. This federal contract, estimated to cost between $5 million and $10 million, requires completion within 410 calendar days after the notice to proceed, with bids due by September 25, 2024, at 1:00 PM. Interested contractors should acknowledge receipt of all amendments and can contact Tyler Maryak at tyler.s.maryak@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further information.
    PN 103069 SOF Carbon Net Zero Barracks, at Fort Liberty, North Carolina
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is soliciting proposals for the construction of Carbon Net Zero Barracks at Fort Liberty, North Carolina. This project involves the design and construction of a Permanent Party Unaccompanied Housing facility for junior enlisted personnel and junior noncommissioned officers, accommodating 146 individuals with various amenities including living areas, fitness rooms, and common spaces, all designed to meet Net Zero greenhouse gas emissions standards. The contract, valued between $50 million and $100 million, will be awarded using a Firm Fixed Price and Fixed-Price Incentive structure, with proposals due following the latest amendments. Interested contractors must register in the System for Award Management (SAM) and can contact Karri Mares at karri.l.mares@usace.army.mil or John Hill at john.t.hill@usace.army.mil for further details.