Storage Building Demolition, Buffumville Lake, Charlton, MA
ID: W912WJ24Q0151Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the demolition of a storage building at Buffumville Lake in Charlton, MA. The project entails disconnecting utilities, demolishing the structure and surrounding retaining walls, disposing of debris, grading the site, and implementing erosion control measures, all while adhering to safety regulations due to identified lead hazards. This procurement is set aside for small businesses, with a contract value estimated between $100,000 and $250,000, and a completion timeline of 90 days from the notice to proceed. Interested vendors must have an active registration in SAM.gov and can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details the asbestos inspection conducted by Commercial Energy, Inc. at the site located at 48 Old Oxford Rd., Charlton, MA, prior to any demolition or renovation work. Keith Stamatakis, a licensed asbestos inspector, was tasked with collecting samples of suspected asbestos-containing materials (ACM) according to EPA guidelines and relevant regulations. Multiple samples were collected from both the interior and exterior of the building. The subsequent laboratory analysis, carried out by Accurate Analysis, confirmed that all samples tested negative for asbestos. It is noted that any suspect materials not previously tested should be sampled before proceeding with construction activities. The final report emphasizes the importance of ensuring safety and regulatory compliance during any renovation work, as it serves as documentation of the findings related to ACM on the site. The laboratory and inspection details, as well as certifications, are also included in the report, reaffirming the thorough approach taken in the assessment.
    The Renovation Repair and Painting (RRP) Assessment Report, generated by Anderson Lead Inspections, evaluates the presence of lead hazards at a property owned by the U.S. Army Corps of Engineers in Charlton, MA. The report details the assessment methods used, notably X-Ray Fluorescence and Sodium Sulfide testing, indicating various components of the property, including interior and exterior areas, where dangerous lead levels were detected. Specific surfaces, such as window sills, door casings, and trims, revealed lead contamination exceeding safe thresholds, necessitating adherence to RRP rules assuming lead hazards will be disturbed during renovation activities. The document outlines the distinction between renovation, repair, and deleading, emphasizing that lead hazards require specialized certified intervention for removal. Key steps include visual inspections, dust sampling, and documentation to ensure compliance with state lead safety regulations. It serves to promote safety and regulatory compliance before renovation or paint work begins, protecting against potential health risks associated with lead exposure. This assessment is particularly critical in government projects, where strict adherence to safety standards is imperative to protect public health and avoid legal liabilities.
    The document provides a collection of informational photos and a map related to a specific building, potentially for a government RFP or grant proposal. It includes a series of photographs showcasing various perspectives of the building and surrounding areas, such as the basement, interior spaces, and access points. Additionally, a map is included to indicate the location of the storage building. The intent is to visually support a narrative or proposal, offering stakeholders a clear understanding of the site’s physical attributes and context. This visual documentation is essential for evaluating the property in relation to the proposed project, facilitating informed decision-making for funding or investment purposes within the framework of federal and local RFP processes.
    The document outlines a construction project involving the removal of existing infrastructure, specifically highlighting the locations and elements to be dismantled. Key areas identified for this work include Areas A, B, C, and D, where various components such as a conduit, stone walls, and chain-link fence sections are scheduled for removal. The document also provides approximate dimensions for the project, indicating a focus on a 60-foot by 50-foot area, though it notes that not all figures are to scale. This file likely serves as part of a request for proposals (RFPs) for contractors or service providers to understand the scope of work, requirements, and project constraints involved in the site intervention. Overall, the summary emphasizes the critical aspects of the removal tasks while implying regulatory compliance and safety considerations linked to such construction efforts.
    The Buffumville Lake project involves the demolition of a deteriorating storage building and site preparation in Charlton, MA. The contractor is responsible for disconnecting utilities, demolishing the structure and surrounding retaining walls, and properly disposing of debris. All work must adhere to safety regulations set forth by the U.S. Army Corps of Engineers and includes the submission of a series of safety and compliance documents before work commencement. Specific considerations include lead compliance due to identified lead-based paint within the building and the establishment of erosion controls. The project demands rigorous safety requirements, including a site-specific Accident Prevention Plan and ongoing exposure monitoring for hazards like lead and silica. The construction contract, valued over $150,000, mandates a performance bond and payment protection measures. The completion timeline is 90 days from the notice to proceed, emphasizing the importance of timely project execution and compliance with environmental regulations. The overarching aim is to facilitate safe, effective demolition while ensuring adherence to federal and state labor standards during the process.
    Similar Opportunities
    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 bulkhead, enhancing the structural integrity of the marine facility while ensuring compliance with environmental regulations, including a MassDEP 401 Water Quality Certification. 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 20, 2024. Interested contractors should contact Tyler Maryak at tyler.s.maryak@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further details.
    Missouri River Navigation Obstruction Removal #2
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Kansas City District, is soliciting bids for the removal of navigation obstructions on the Missouri River, specifically targeting underwater bedrock at various locations including Mullanphy Bend and Weldon Springs. The project entails dismantling, demolition, removal, and disposal of these obstructions, requiring mobilization to the obstruction areas with floating plant equipment, as land access is unavailable. This initiative is crucial for maintaining navigability on the river and ensuring compliance with state and federal Clean Water Act guidelines. The contract is a 100% Total Small Business Set-Aside, with a firm-fixed-price award anticipated between $5 million and $10 million. Interested contractors can reach out to Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil for further details.
    P--Hobucken and Holly Ridge Tower Demolition
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a small business to complete the Hobucken and Holly Ridge Tower Demolition project. The work includes demolishing and removing two communication towers and their foundations. The project must be completed within 125 days of the contract award date. The estimated cost for this procurement is $250,000.00 to $500,000.00. Bids are due on or about September 3, 2018, at 10:00 AM. Offerors must submit a bid bond of 20% of their proposal amount.
    Dump Station Removal & Area Improvement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the removal of a dump station and subsequent area improvements at the Cross Lake Recreation Area in Minnesota. The project encompasses a range of tasks including site preparation, installation of concrete sidewalks, a new pergola with a swing, a bike rack, landscaping with native plants, and the installation of flagpoles, all to be executed in compliance with local and federal regulations. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated budget between $100,000 and $250,000, and the completion deadline is June 27, 2025. Interested contractors should contact Karl Just at karl.p.just@usace.army.mil or Jesse Onkka at Jesse.L.Onkka@usace.army.mil for further details.
    Concrete Repairs of Blackwater Dam in Webster, New Hampshire
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers New England District, is seeking certified small business contractors for concrete repairs at Blackwater Dam in Webster, New Hampshire. The project involves extensive repairs to the dam's inlet nosing and non-overflow sections, including the removal of deteriorated materials and the application of new polymer concrete patches, with in-water work scheduled for the summer of 2025. This opportunity is crucial for maintaining the structural integrity of the dam, which has been in operation since 1941 and requires updates due to erosion and spalling issues. The estimated contract value is between $500,000 and $1 million, with the solicitation expected to be issued in December 2024; interested parties should direct inquiries to Tyler Maryak at tyler.s.maryak@usace.army.mil.
    DSN/CSN Demo Dorm 631
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors for a design-build project involving the demolition of Dormitory 631 at Malmstrom Air Force Base in Montana. The project encompasses the complete demolition of the building, including its foundations, utilities, grading, and landscaping, with an estimated contract value ranging from $1 million to $5 million. This initiative is part of the Air Force's strategy to engage small businesses, particularly those qualifying as 8(a), HUBZone, Woman Owned Small Business, and Service-Disabled Veteran Owned Business, to ensure compliance with federal contracting regulations. Interested parties must submit their responses by 2:00 pm Mountain Time on September 26, 2024, to the primary contact, Cody Babinecz, at cody.babinecz@us.af.mil.
    Smithland Locks and Dam River Chamber Machinery Rehab
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the rehabilitation of the Smithland Locks and Dam River Chamber Machinery located in Brookport, IL. This project requires contractors to perform a range of services including site surveys, construction, maintenance, and the refurbishment of sector gear assemblies, with a strong emphasis on safety and compliance with environmental regulations, particularly regarding lead-based paint removal. The initiative is part of the federal commitment to infrastructure improvement, funded by the Bipartisan Infrastructure Law, and aims to ensure the operational integrity of critical facilities within the Great Lakes and Ohio River Division. Interested contractors must submit their proposals by September 16, 2024, with a price range between $500,000 and $1,000,000, and can contact Andrew Fleming at andrew.j.fleming@usace.army.mil or 502-315-7036 for further information.
    William H. Harsha Lake: Re-establish Ditch Line in the Emergency Spillway
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking contractors for a project to re-establish the ditch line in the Emergency Spillway at William H. Harsha Lake in Batavia, Ohio. The contractor will be responsible for removing concrete gutters, establishing access roads, and ensuring compliance with all federal, state, and local regulations, with the project expected to be completed within 30 days following the Notice to Proceed. This procurement is crucial for maintaining the integrity and safety of the dam infrastructure, with an estimated contract value between $100,000 and $250,000. Interested parties are encouraged to attend a mandatory site visit on September 9, 2024, at 9:00 AM ET, and should contact Justin McPherson at justin.m.mcpherson@usace.army.mil or 502-315-7057 for further details.
    William H. Harsha Lake: Re-establish Ditch Line in the Emergency Spillway
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for a construction project at William H. Harsha Lake in Batavia, Ohio, aimed at re-establishing the ditch line in the Emergency Spillway. Contractors are required to provide all necessary personnel, equipment, and materials to remove concrete gutters and ensure compliance with federal, state, and local regulations, with work expected to commence within ten days of the Notice to Proceed and conclude within thirty days. This project is critical for maintaining the integrity of the dam and ensuring proper drainage, with an estimated contract value between $100,000 and $250,000, exclusively set aside for small businesses under NAICS code 237990. Quotes are due by September 20, 2024, and interested parties should contact Justin McPherson at justin.m.mcpherson@usace.army.mil or 502-315-7057 for further information.
    NESP Mooring Facilities at Lock & Dam 7 near La Crescent, MN
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of mooring facilities at Lock & Dam 7 in La Crescent, Minnesota, under Solicitation No. W912ES24B0013. The project aims to enhance navigation efficiency by constructing a mooring cell and a mooring dolphin, which includes tasks such as dredging, concrete fabrication, and structural metal work, adhering to strict federal standards for quality and environmental compliance. This initiative is part of the Navigation and Ecosystem Sustainability Program for the Mississippi River Basin, emphasizing the importance of maintaining navigational infrastructure while mitigating ecological impacts. Interested small businesses must submit their bids by September 17, 2024, at 2:00 PM Central Time, and can contact Justin H. Rose at justin.h.rose@usace.army.mil or 651-290-5422 for further information. The estimated contract value ranges from $5 million to $10 million.