District Warehouse Roof Replacement
ID: W9128F24B0008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF OTHER WAREHOUSE BUILDINGS (Z2GZ)

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 District Warehouse Roof Replacement project located in Omaha, Nebraska. This project involves the replacement and repair of roofing assemblies for the existing MRPO Warehouse building, which is in a failing state, with a focus on extending the building's useful life and ensuring safety. The estimated construction cost ranges from $1 million to $5 million, and the contract is set aside for small businesses, with a performance timeline requiring work to commence within 10 calendar days and be completed within 90 days after contract award. Interested contractors should submit their bids electronically, adhering to the specified guidelines, and may contact Mika N. Mahyenga at mika.n.mahyenga@usace.army.mil or Lee M. McCormick at lee.m.mccormick@usace.army.mil for further information. A site visit is scheduled for September 10, 2024, as detailed in the solicitation documents.

    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the District Warehouse Roof Repairs at the Missouri River Project Office in Omaha, Nebraska. It mandates that bids be submitted electronically, with a virtual bid opening scheduled. The project is designated for small businesses, with a performance timeline of starting within 10 calendar days and completion required within 90 calendar days after contract award. The estimated construction cost ranges from $1 million to $5 million, with a significant focus on restoring and replacing roofing materials to extend the building's useful life and ensure safety. Bidders must follow specific submission instructions, including providing a bid guarantee and adhering to a bidding schedule that requires prices for listed job items. Compliance with the Buy American Act is emphasized, necessitating that only domestic construction materials be used unless exceptions apply. The document also includes procurement integrity measures, performance and payment bond requirements, and guidelines for bid modifications and discrepancies. The overarching purpose of this document is to solicit competitive bids from qualified contractors while ensuring adherence to federal regulations and standards.
    The document outlines specifications for roof repairs at the District Warehouse located in Omaha, Nebraska, issued by the US Army Corps of Engineers. It describes the general requirements for construction, emphasizing the protection of existing facilities and occupants during repairs, including safety measures, interim plans, and contractor responsibilities. Key sections include guidelines for project scheduling, submittal procedures, environmental protection, and quality control. Specific highlights encompass construction access protocols, the necessity of keeping the work area clean, care of water during construction, and comprehensive measures for safety against floods. Contractors are instructed to maintain secure site access, manage waste effectively, and uphold rigorous standards for quality control, insurance, and cybersecurity throughout the process. Additionally, the document emphasizes the incorporation of veteran employment initiatives in contract performance, underlining the government’s commitment to hiring practices that support veterans. Overall, the specifications aim to ensure successful project execution while safeguarding the wellbeing of both construction personnel and current facility occupants, maintaining compliance with federal regulations and project standards.
    The document outlines a list of companies and personnel related to a roof replacement project associated with the US Army Corps of Engineers (USACE) in Omaha, Nebraska. It details various contractors involved in the bidding or discussion phases of the project, including names such as Better Roofers, AZZ Provision, and HD Inc. along with project managers like David Nuss and Eric Sznajdrowski. The list indicates a collaborative environment where multiple contractors are engaged in fulfilling a federal request for proposals (RFP) concerning facility maintenance and improvement. The purpose of the document is to provide a comprehensive overview of the stakeholders involved in the project, which is likely a part of ongoing infrastructure upgrades funded by federal and possibly state grants. This highlights the government's initiative to ensure proper contracting and management processes in public works projects aimed at enhancing building integrity and safety.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Repair Vehicle Search Area, Offutt Air Force Base (OAFB), Nebraska (NE)
    Active
    Dept Of Defense
    The Department of Defense, through the US Army Corps of Engineers (USACE) Omaha District, is seeking qualified contractors for a Design-Build project to repair the vehicle search area at Offutt Air Force Base (OAFB) in Nebraska. The project involves demolishing existing facilities and constructing new structures to enhance vehicle control, inspection processes, and security in compliance with Unified Facilities Criteria (UFC) standards. This initiative is crucial for ensuring the safety and efficiency of vehicle inspections at the USSTRATCOM Gate, with an estimated construction cost ranging from $10 million to $25 million. Interested prime contractors with a bonding capability of at least $10 million must submit their responses, including relevant company information and project experience, by October 9, 2024, as the anticipated solicitation is expected to be issued in April 2025.
    Construction of a Headhouse and Greenhouse at the University of Nebraska-Lincoln, Lincoln, NE.
    Active
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the construction of a headhouse and greenhouse at the Nebraska Innovation Campus (NIC) located at the University of Nebraska-Lincoln in Lincoln, NE. This project involves a fully-designed construction contract that adheres to FAR Part 36, aiming to enhance research and development capabilities in agricultural sciences. The solicitation is open to both large and small businesses, with a submission deadline set for October 21, 2024, at 10:00 AM. Interested contractors can direct inquiries to Adam Beaver via email at adam.l.beaver@usace.army.mil or by phone at 402-995-2484, and are encouraged to review the project specifications and amendments available through the provided links.
    Long Branch Lake Administration Building Concrete and Sidewalk Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting bids for the replacement of concrete sidewalks and tuckpointing at the Long Branch Lake Administration Building in Macon, Missouri. This project involves the demolition, removal, and replacement of select concrete slabs and sidewalks, along with minimal mortar removal and replacement due to existing cracks. The contract is a total small business set-aside, with an estimated value between $25,000 and $100,000, and a performance period of 180 days from the Notice to Proceed. Interested contractors must submit their bids by September 18, 2024, and are encouraged to attend a pre-bid site visit on September 10, 2024. For further inquiries, contractors can contact Angella Curran at angella.curran@usace.army.mil or Christopher Anderson at christopher.w.anderson@usace.army.mil.
    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.
    Rehabilitate Spillway Apron Slab at Oahe Dam, SD
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the rehabilitation of the spillway apron slab at Oahe Dam in South Dakota. The project involves selective demolition of existing concrete structures, followed by the installation of new concrete patches, replacement of two 6" flood overflow check valves, and repainting of connection pipes. This initiative is crucial for maintaining the structural integrity and operational efficiency of the dam, with an estimated construction cost ranging from $250,000 to $500,000. Interested small businesses must submit their sealed bids electronically by September 17, 2024, and are encouraged to contact Ariel Vogan or Nadine Catania for further information.
    Repair Switchgear Substations, Offutt AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a contract to repair switchgear substations at Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary materials, labor, and supervision to replace existing switchgear, transformers, fuses, enclosures, relays, controls, and cabling for substations 1, 2, and 3, as well as integrating monitoring systems with the base's Energy Management Control System (EMCS). This project is critical for maintaining the operational integrity of the base's electrical infrastructure, with a contract value estimated between $1 million and $5 million. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Michael Madison at michael.madison.2@us.af.mil or Hannah Schulz at hannah.schulz.1@us.af.mil.
    $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) New Orleans District, Mississippi Valley Division – USACE
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) for the New Orleans District, Mississippi Valley Division – USACE. This contract is a 100% Small Business Set-Aside and will be used for various types of repair and maintenance of real property and construction services within the Mississippi Valley Division area of responsibility. The contract will have an ordering period of five years and task orders will range between $2.5K and $25M. The official solicitation is expected to be posted on or about 11 June 2023 on the SAM website. Contractors must register on SAM to download the solicitation.
    Temporary Wall Replacement at Denison Powerhouse, Denison, TX
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is soliciting bids for the Temporary Wall Replacement project at the Denison Powerhouse in Denison, TX. The project entails the demolition and disposal of existing temporary walls and flooring, as well as the design and construction of a new permanent wall and floor grating system, all while ensuring no structural modifications to the existing powerhouse. This full and open competitive solicitation is a Firm-Fixed Price (FFP) contract, utilizing the Lowest Price Technically Acceptable (LPTA) evaluation method, with a completion timeline not exceeding 730 days post-Notice to Proceed (NTP). Interested contractors should contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or Shawn Brady at shawn.brady@usace.army.mil for further details, and must be aware of the proposal due date extensions and site visit updates as outlined in the amendments.
    Raw Water Piping System Replacement, Table Rock Powerhouse
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the replacement of the Raw Water Piping System at the Table Rock Powerhouse located in Branson, Missouri. This project, which falls under the NAICS code 237110 for Water and Sewer Line and Related Structures Construction, aims to enhance the infrastructure within the White River Basin and is estimated to have a construction magnitude between $5 million and $10 million. The successful contractor will play a crucial role in maintaining the operational integrity of hydro facilities, which are vital for water management and energy production. Proposals are due by September 20, 2024, at 12:00 PM CDT, and interested parties can reach out to Sarah Hagood at 501-340-1277 or via email at sarah.n.hagood@usace.army.mil for further inquiries. A site visit is scheduled for August 7, 2024, at 9:00 AM CDT, and bidders are encouraged to utilize the ProjNet Inquiry Key IRW386-H53JBF for any questions during the submission period from July 24 to August 15, 2024.
    USACE SPK DBB Construction – DLA SIAD Improvements, Repairs, and Fencing Canopy – Sierra Army Depot, Herlong, CA
    Active
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers (USACE) Sacramento District, is seeking small business firms for a potential design-bid-build (DBB) construction project aimed at improving and repairing the Defense Logistics Agency (DLA) Disposition Services facility at Sierra Army Depot in Herlong, California. The project scope includes extensive renovations of existing pre-engineered metal buildings, site improvements, and the installation of new systems, with an estimated construction timeline of 730 calendar days. The anticipated contract value ranges between $10 million and $25 million, with a firm-fixed-price solicitation expected around November 2024 and an award projected for February 2025. Interested contractors are encouraged to submit capability statements to Constantinos Laliotitis at constantinos.laliotitis@usace.army.mil by 11:00 a.m. PDT on September 30, 2024.