QYZH 210027 Repair CJ Strike Marina
ID: FA489725B0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4897 366 FAS PKPMOUNTAIN HOME AFB, ID, 83648-5296, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of the CJ Strike Marina under contract number QYZH 210027. This project falls under the category of Other Heavy and Civil Engineering Construction, with a focus on the repair or alteration of miscellaneous buildings. The successful contractor will play a crucial role in maintaining the operational integrity of the marina, which is essential for supporting military operations. Interested small businesses are encouraged to reach out to Jeremy Hemington at jeremy.hemington.1@us.af.mil or call 208-828-6398 for further details, as this opportunity is set aside for total small business participation.

    Point(s) of Contact
    Files
    Title
    Posted
    The Combined Notice presolicitation and Request for Information (RFI) FA489725B0001 seeks contractors for the repair of the CJ Strike Marina in Bruneau, Idaho. This project involves extensive demolition and construction work, including the removal of existing structures and the installation of a new bulkhead, sidewalks, and retaining wall. The estimated project cost ranges from $500,000 to $1,000,000, with an anticipated bid opening by March 7, 2025. The goal is to engage small construction firms, particularly those categorized as Small Disadvantaged Businesses, Historically Underutilized Business Zone firms, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses. Interested contractors are invited to express their qualifications and capabilities, providing relevant experience along with their small business status. All responses to the RFI must be submitted by January 17, 2025, via email, and interested firms must be registered in the System for Award Management (SAM) to be eligible for contract awards. The overall process aims to ensure competitive bidding and effective use of federal funds while promoting small business participation in government contracting.
    The document outlines the Statement of Work (SOW) for construction services required by the United States Government at the CJ Strike Marina, Mountain Home Air Force Base, Idaho. The project focuses on repairing and replacing a deteriorating retaining wall and sidewalk, ensuring ADA compliance, and includes tasks such as demolishing the existing structures, installing a new bulkhead, and providing new landscaping with synthetic turf. The contractor must adhere to strict guidelines and safety protocols as outlined in various codes and standards. The period of performance is set at 150 calendar days from the Notice to Proceed, with specific work schedules avoiding peak marina operations. Additionally, the contractor is responsible for managing utilities, maintaining safety on-site, and addressing any environmental considerations. A thorough inspection process is required upon project completion, along with warranty obligations for the work performed. Overall, this SOW emphasizes the government's commitment to ensuring quality construction while supporting accessibility and environmental protection at federal facilities.
    Similar Opportunities
    Repair MX Dock B578 and IMC Pavements Area F
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of Maintenance Dock B578 and the IMC Pavements Area F at Joint Base Charleston, South Carolina. This project, designated under solicitation number FA441825R0002, involves significant construction activities, including the demolition and remodeling of existing structures, with an estimated contract value between $5 million and $10 million. The work is crucial for maintaining operational readiness and safety at the base, with a construction timeline set to commence on September 1, 2025, and conclude by September 3, 2026, followed by a 30-day closeout period. Interested contractors, particularly those classified as HUBZone businesses, must submit sealed proposals and adhere to federal wage standards as outlined in the accompanying wage determination documents. For further inquiries, potential bidders can contact Brian T. Hawk at brian.hawk@us.af.mil or Robert R. Melton at robert.melton.6@us.af.mil.
    F-35 CONSTRUCT COMBINED WEAPONS FACILITY
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the F-35 Combined Weapons Facility (CWF) at the Jacksonville Air National Guard base in Florida. This project, set aside exclusively for small businesses, aims to enhance military capabilities by constructing a facility that includes a Weapons Loading Training Hangar and Weapons Release Systems Shop, with an estimated contract value between $10 million and $25 million. The procurement process emphasizes compliance with federal regulations and requires bidders to submit detailed proposals, including specific documentation and a bid guarantee, by March 20, 2025. Interested contractors should direct inquiries to TSgt Frederick Cherry at frederick.cherry.1@us.af.mil or call 904-741-7405, and must attend a mandatory pre-bid conference and site visit scheduled for February 26, 2025.
    W91237-25-B-0002 Fishtrap Spillway Machinery Platform Concrete Rehab
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the Fishtrap Spillway Machinery Platform Concrete Rehabilitation project, identified by solicitation number W91237-25-B-0002. This procurement aims to rehabilitate the concrete structures associated with the Fishtrap Spillway, which is crucial for maintaining the integrity and functionality of the facility. The project falls under the NAICS code 237990, focusing on Other Heavy and Civil Engineering Construction, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. Interested contractors can reach out to Brittani Stowers at brittani.l.stowers@usace.army.mil or by phone at 304-399-5762, or Robert Rounay at robert.p.rounay@usace.army.mil or 304-399-6256 for further details.
    FLOATING BREAKWATER REPLACEMENT, BAR POINT HARBOR, KETCHIKAN, ALASKA
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the replacement of the floating breakwater at Bar Point Harbor in Ketchikan, Alaska. This project falls under the category of Other Heavy and Civil Engineering Construction and aims to enhance the harbor's infrastructure, which is vital for marine operations and local economic activities. The procurement is set aside for small businesses, emphasizing the government's commitment to supporting small enterprises in federal contracting. Interested parties can reach out to Jennifer Gosh at jennifer.gosh@usace.army.mil or call 907-753-2525 for further details, while George Nasif is also available at george.g.nasif@usace.army.mil or 907-753-2838 for additional inquiries.
    3573 HAYWARD Drydock
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Philadelphia office, is seeking qualified contractors for the 3573 Hayward Drydock project. This presolicitation opportunity is set aside for small businesses and involves shipbuilding and repairing services, categorized under NAICS code 336611 and PSC code J998 for non-nuclear ship repair. The procurement is crucial for maintaining and enhancing the operational capabilities of naval vessels, ensuring they are fit for service. Interested parties should reach out to Matthew Rhoads at matthew.t.rhoads@usace.army.mil or Michael J. Hunter at michael.j.hunter@usace.army.mil for further details.
    Convert B452 Wash Rack into 4-bay T-7A Hangar
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the conversion of the B452 Wash Rack into a new 4-bay T-7A hangar at Columbus Air Force Base in Mississippi. This project, identified as Project Number EEPZ197007, requires the contractor to manage all aspects of construction, including labor, materials, and compliance with safety and environmental standards, with a performance period of 548 days. The estimated construction magnitude is between $5 million and $10 million, and interested small businesses must submit their responses by March 6, 2025, including relevant qualifications and experience. For further inquiries, interested parties can contact Daniel Stilts at daniel.stilts@us.af.mil or call 662-434-3740.
    CRAINS ISLAND HABITAT RESTORATION AND ENHANCEMENT PROJECT (HREP) STAGE 3
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Crains Island Habitat Restoration and Enhancement Project (HREP) Stage 3. This project aims to enhance and restore habitats, requiring expertise in heavy and civil engineering construction, as indicated by the NAICS code 237990. The work is crucial for conservation and development efforts, contributing to environmental sustainability and ecosystem health. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, with inquiries directed to Michelle Person at michelle.r.person@usace.army.mil or Whitney Dee at whitney.r.dee@usace.army.mil, with a contact number of 314-331-8506 for Michelle and 314-331-8621 for Whitney.
    Family Camp Recreational Vehicle Parking Expansion
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Family Camp Recreational Vehicle Parking Expansion project at Shaw Air Force Base in South Carolina. The objective is to construct 14 additional RV parking spaces, including the installation of an asphalt drive, electrical systems, water and sewer connections, and other related infrastructure as outlined in the Statement of Work. This project is significant for enhancing recreational facilities for military personnel and their families, reflecting the Air Force's commitment to supporting service members. Interested small businesses must prepare for a site visit scheduled for February 7, 2025, and submit bids by April 7, 2025, with all inquiries directed to Darrel Ford at darrel.ford.3@us.af.mil or Senior Airman Felix Prose at felix.prose@us.af.mil.
    Repair B777 Fitness Club Exterior Panel Joints
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of exterior panel joints at the B777 Fitness Center located at the Minneapolis Air Reserve Station. The project requires contractors to provide labor, materials, and equipment to address defective sealants that allow water intrusion, ensuring compliance with stringent construction specifications and minimal disruption to station operations. This initiative is crucial for maintaining the facility's infrastructure and safety standards, with a contract value estimated between $25,000 and $100,000. Interested small businesses must submit sealed bids by April 2, 2025, and can contact Karen Gillen at karen.gillen@us.af.mil or Chin Dahlquist at chin.dahlquist.1@us.af.mil for further information.
    USACE SPK Design-Bid-Build (DBB) Construction - F-35 East Campus Infrastructure - Hill AFB, UT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Design-Bid-Build (DBB) construction of the F-35 East Campus Infrastructure at Hill Air Force Base in Utah. This project involves significant civil engineering construction work, aimed at enhancing the infrastructure necessary to support F-35 operations. The successful contractor will be responsible for the construction of various utilities and facilities, which are critical for the operational readiness of the F-35 program. Interested contractors can reach out to Michelle Spence at michelle.a.spence@usace.army.mil or by phone at 916-577-7900, or Natalia Gomez at natalia.gomez@usace.army.mil or 916-557-6868 for further details regarding the solicitation process.