Amendment 01 to the Directorate of Public Works' Statement of Work for FY25 – 115 - FE 10115 5J, concerning the repair and replacement of a shingle roof, revises specific work requirements. Section 1.4.4.10 is amended to specify the use of "diamond-shaped, flat metal shingle, with hidden fasteners as manufactured by ATAS International, Inc. “Castle Top HCT160” .032 aluminum shingles with embossed texture and KYNAR 500 finish including rolled hip caps and vented ridge caps or approved equal." Additionally, the warranty requirements are updated to include a 2-year installer's warranty, 30-year coverage for paint, 20-year coverage against defects, and 20-year coverage for weathertightness, all in accordance with ATAS International, Inc.'s manufacturer's warranty.
The Directorate of Public Works at Fort Bliss, TX, is soliciting bids for the repair/replacement of Building 115's roof, designated as Invitation for Bids (IFB) W911SG-25-B-A013. This 100% HUBZone set-aside aims to award a Firm Fixed Price (FFP) contract based solely on price. A non-mandatory pre-bid conference and site visit will be held on August 6, 2025, at 9:00 AM MST, with attendance limited to two representatives per company. All questions must be submitted in writing via email to jakeb.i.james.civ@army.mil by August 13, 2025, at 10:00 AM MST. Bids are due by 10:30 AM MST on August 27, 2025, and must be hand-delivered or mailed as hard copies to MICC-Fort Bliss, Room 220, 111 Pershing Rd, Fort Bliss, TX 79916; electronic submissions are not authorized. Bidders must be registered with SAM and provide specific documentation, including a cover sheet, SF 1442, pricing, bonding letters, bid bond, subcontractor list, representations/certifications, and digitally signed drawings to be considered responsive.
The Directorate of Public Works (DPW) at Fort Bliss, TX is soliciting bids for the repair or replacement of the roof at Building 115. Bidders are invited to submit proposals in response to Invitation for Bids (IFB) W911SG-25-B-A013 by 10:30 AM on August 27, 2025. The contract will be awarded based on price to a responsible bidder, with the solicitation set aside entirely for HUBZone businesses.
A pre-bid conference is scheduled for August 6, 2025, where potential bidders can learn about the requirements and visit the site, although attendance is not mandatory. All inquiries must be submitted in writing by August 13, 2025, and communication should be directed to the contracting office via email rather than the DPW. Bid submissions must be made in hard copy and delivered to the designated location; electronic submissions are not permitted.
The conditions include adherence to construction wage rates and all required documentation must be provided to avoid bid disqualification. This solicitation emphasizes compliance with federal contracting regulations, highlighting essential registrations and detailed bid preparation requirements to ensure an equitable and efficient bidding process aimed at maintaining high-quality construction standards at government facilities.
This document contains questions and answers related to roof projects for Buildings 51, 112-115, which are on the National Register of Historic Places. Key clarifications include warranty requirements for ATAS Metal Shingles, where a 20-year NDL warranty for the roof system is not offered by ATAS; instead, the warranty now specifies 2-year installer, 30-year paint, 20-year defects, and 20-year weathertightness. Alternate manufacturers are restricted due to the historical designation and the need to match existing installations on adjacent buildings. Contractors seeking substitutions must provide extensive technical documentation for approval. Work hours are 7:30 AM to 4:30 PM MDT/MST, Monday to Friday. Procedures for handling newly discovered lead or asbestos are outlined, requiring testing and a potential modification approved by the Contracting Officer (KO). Any structural issues beyond the scope of work must be reported to the COR and KO for guidance.
This Invitation for Bids (IFB) outlines requirements for the repair and replacement of the shingle roof at Building 115, Fort Bliss, TX, a historical building. The project, estimated between $250,000 and $500,000, is a 100% competitive set-aside for HUBZone business concerns. Key aspects include removing the existing asphalt shingle roof, installing new metal shingles with a 30-year warranty, replacing damaged wood plank deck, and repairing/painting existing wood soffit and fascia. All new materials and paint colors require approval from the Cultural Resource Manager due to the building's historical significance. The contractor must provide all labor, materials, and services, ensuring compliance with OSHA, Fort Bliss regulations, and various federal/state codes. A bid guarantee and performance/payment bonds are required. The performance period is 120 calendar days after the Notice to Proceed. Key personnel, including a Project Manager, Superintendent, and a combined Site Safety and Health Officer/Quality Control Manager, must be on-site and meet specific experience and certification requirements. The project emphasizes stringent safety, environmental, and quality control measures, including hazardous material handling, waste management, and utility coordination. All work is subject to government inspection.
This government solicitation, W911SG25BA0130001, issued by MICC-Fort Bliss, is an Invitation for Bids for the "BLDG 115 REPAIR/REPLACE ROOF" project in Fort Bliss, TX. This 100% competitive set-aside for HUBZone business concerns falls under NAICS 238160 with a $19 million small business size standard. The estimated construction magnitude is between $250,000 and $500,000. The project involves removing existing asphalt shingles and installing new metal shingles, including wood plank deck replacement, underlayment, drip edge, gutters, and downspouts. As Building 115 is historical, all new materials and paint colors require approval from the Cultural Resource Manager. The contractor must provide a superintendent and adhere to a 120-calendar day performance period after receiving notice to proceed. Key personnel include a Project Manager, Superintendent, and a combined Site Safety and Health Officer (SSHO)/Quality Control Manager (QCM), each with specific experience and certification requirements. The contractor is responsible for all necessary licenses, permits, and compliance with federal, state, and local regulations, including environmental, safety, and historical preservation standards. A bid guarantee and performance and payment bonds are required. The contract will be a Firm-Fixed-Price (FFP) type.
This government solicitation amendment outlines a project for Fort Bliss, Texas, focusing on replacing the existing asphalt shingle roof system of Building 115, a historical building, with a new metal shingle roof. The project includes extensive architectural, structural, electrical, telecommunications, and mechanical/plumbing/HVAC work, emphasizing adherence to historical preservation standards, environmental regulations, and safety protocols. Key aspects involve managing hazardous materials like lead and asbestos, ensuring worker safety with a dedicated Safety and Health Officer, and implementing a robust Quality Control program. The document details specific work requirements, including roof deck replacement, gutter and downspout installation, and chimney repairs, while requiring strict compliance with federal, state, and local codes and extensive coordination with government personnel.
This document details an Invitation for Bids (IFB) related to the repair and replacement of the roof at Building 115, Fort Bliss, TX. It is a federal construction project, requiring a performance and payment bond, with an estimated cost between $250,000 and $500,000. The project is designated as a 100% competitive set-aside for HUBZone businesses, complying with NAICS guidelines.
The contractor must undertake work in a historical context, preserving the building’s character while implementing a new metal roofing system, alongside necessary structural repairs. The project mandates a 120-day completion period following the Notice to Proceed and includes strict requirements for safety, environmental management, and quality control.
Key personnel, such as the Project Manager and Superintendent, are essential, with extensive experience and certifications required. The contractor must follow specific codes, safety protocols, and regulations throughout the project, ensuring minimal environmental impact and compliance with historical preservation standards. All modifications, including those involving hazardous materials like lead, must be overseen by appropriate authorities. This bid aligns with federal directives to enhance infrastructure while adhering to quality and historic preservation standards.
The Directorate of Public Works at Fort Bliss, Texas, issued an Amendment 01 to the Statement of Work for the FY25-115 project: Repair Replace Shingle Roof. This project involves removing existing asphalt shingles from Building 115, a historical building, and installing a new metal shingle roof system with self-adhering underlayment. The scope also includes replacing wood plank decking, repairing and painting wood soffit and fascia, reinforcing rafters, and installing new drip edge, gutters, and downspouts. All work must comply with strict historical preservation guidelines, federal, state, and local regulations, including OSHA and specific military codes like UFC 3-110-03 Roofing. The contractor is responsible for all labor, materials, and services, ensuring the facility remains occupied during construction with minimal disruption. Key personnel, including a Project Manager, Superintendent, and a combined Site Safety and Health Officer/Quality Control Manager, must meet specific experience and certification requirements. Environmental compliance, waste management, utility coordination, and security protocols are also detailed, emphasizing safety and adherence to hazardous material handling procedures.
Micro Analytical Services, Inc. conducted a PLM Bulk Asbestos Analysis for Cherokee Nation 35, LLC, concerning the Building 115 Roof Top project. The analysis, performed on May 21, 2025, utilized Polarized Light Microscopy with Dispersion Staining, adhering to EPA methods (40 CFR Appendix E to Subpart E of Part 763 and 600/R-93/116). The laboratory is accredited by NVLAP (Lab Code: 200618-0) and licensed by TDSHS (No. 30-0341). Six samples of black fibrous roof shingles and roof penetrations were analyzed (MAS603998-MAS604003). None of the samples tested positive for asbestos. The samples primarily consisted of aggregate, fibrous glass, cellulose, and asphalt. The report emphasizes that results relate only to the material tested and do not imply product endorsement by NVLAP or the U.S. Government. Samples will be retained for 30 days.
The U.S. Army Garrison-Fort Bliss Environmental Review Form (NEPA LOG#:25-0482) details environmental considerations for replacing the asphalt shingle roof with a metal shingle roof on Building 115, a historic building listed on the National Register of Historic Places. The review, valid until May 23, 2026, requires adherence to specific environmental regulations due to the building's historical status and the presence of lead. Key requirements include review by the Historic Preservation Program for all design phases, compliance with drinking and wastewater regulations, and proper disposal of construction waste, aiming for 60% diversion from landfills. Critically, lead was detected, necessitating licensed abatement for any disturbance. The project, a routine repair, is categorically excluded under 32 CFR Part 651, Appendix B, Section II, (g)(1), but requires a Record of Environmental Consideration (REC) due to lead and asbestos management. All conditions must be met for project concurrence.
The document from DPW Fort Bliss details technical specifications and diagrams for various roofing components and their installation. It covers drip edges, gable trim caps, channel trims, headwall trims, rolled hip and ridge caps, shed ridge caps, sidewall trims, and valley pans. Each section provides precise measurements, material callouts (e.g., Castletop Panels, ATA-GUARD, ATA-SHIELD, plywood substrate), fastener types (e.g., #10 x 1" wafer head screw, 9 x 1 1/2" HWH stainless steel fastener), and installation notes, including the use of sealants and cleat recommendations. The document also illustrates how these components integrate, such as folding Castletop tabs around drip edge trim or combining channel trim with sidewall trim. Specific fasteners and sealants are indicated for different applications, often noting the color side of components. Additionally, it specifies components like COR-A-VENT for vented ridge applications. The overall purpose is to provide clear, detailed instructions and specifications for roofing system assembly at Fort Bliss, ensuring proper construction and adherence to standards.
The Statement of Work (SOW) outlines a project by the Directorate of Public Works, Engineering Services Division, Fort Bliss, Texas, for the FY25-115 Repair Replace Shingle Roof (FE 10115 5J). The main objective is to remove the existing asphalt shingle roof system from Building 115, a historical building, and install a new metal shingle roof. The project includes replacing wood plank decking, repairing and painting wood soffits and fascia, reinforcing rafters, and installing new drip edge, gutters, and downspouts. All work must comply with strict historical preservation guidelines, safety regulations (OSHA, EM 385-1-1), environmental controls (waste management, hazardous materials, pollution prevention), and quality control standards. The period of performance is 120 calendar days after the Notice to Proceed. Key personnel, including a Project Manager, Superintendent, and a combined Site Safety and Health Officer/Quality Control Manager, are required on-site. The document emphasizes adherence to various federal, state, and local codes, including the International Code Council (ICC) and Unified Facilities Criteria (UFC).
The document pertains to construction and installation specifications for projects at Fort Bliss, focusing on the use of specific materials and fastening techniques for structures involving Castletop panels. It outlines various installation details, emphasizing fasteners such as stainless steel screws, drip edge installation, and the utilization of plywood substrates. The instruction includes notes on color coding and particular construction elements like gable trim, valley pans, and ridge caps with appropriate sealants and counterflashing.
The purpose is to guide contractors on the technical requirements necessary to comply with military construction standards, ensuring durability and functionality in high-wind applications. The document’s structure consists of sequential installation steps paired with visual guidelines, highlighting the importance of proper material usage to achieve optimal structural integrity and weather resistance during construction projects in a military context. The specifications are crucial for RFPs and grants related to government-initiated construction efforts, ensuring adherence to safety and quality benchmarks.
This document outlines the installation specifications for building components at Fort Bliss, focusing on roofing and trim systems. It provides detailed measurements, materials required, and specific fastener types to be used, such as #10 screws and stainless steel fasteners, ensuring durability against high winds. The key elements include the Castletop panels, gable trim caps, and various sealants necessary for proper installation, including expandable sealant tape and butyl sealant tape. Notably, the document emphasizes the need to conceal fasteners with the Castletop panels and outlines the use of different trims like channel trim and headwall trim, specifying appropriate sealants and counterflashing methods. Each section presents clear guidelines for layering materials to maintain weather resistance and structural integrity. Overall, the construction specifications reflect adherence to safety standards and environmental considerations, targeting effective building practices in military installations.
The Statement of Work (SOW) outlines the requirements for repairing and replacing the shingle roof at Building 115, Fort Bliss, Texas, emphasizing the need for compliance with historic preservation standards due to the building's historical significance. The project involves removing the existing asphalt roofing and installing a new metal roofing system along with necessary structural reinforcements, underlayment, and flashing. Additionally, the contractor must ensure compliance with various regulations, including safety, environmental, and quality control measures, during the 120-day project duration. Key personnel roles such as Project Manager, Superintendent, and Quality Control Manager are defined, along with their respective qualifications and responsibilities in managing the project. The SOW also specifies the necessity for a detailed understanding of existing conditions and adherence to guidelines for construction activities in occupied spaces. Importance is placed on protecting existing architectural features and the surrounding environment throughout the project, highlighting the collaborative approach required among contractors, government officials, and preservation specialists.
General Decision Number: TX20250245, issued June 13, 2025, outlines prevailing wage rates for building construction projects in El Paso County, Texas, excluding single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for federal contracts subject to the Davis-Bacon Act, with annual adjustments. The document also provides a list of specific trades and their corresponding wage and fringe benefit rates, such as boilermakers, electricians, power equipment operators, plumbers, and various laborers. It clarifies how union, union average, survey, and state-adopted rates are identified and updated. Additionally, the file explains the appeals process for wage determinations, including initial decisions and requests for reconsideration or appeal to the Administrative Review Board. It also mentions Executive Order 13706, which mandates paid sick leave for federal contractors.
The document outlines wage determination for construction projects in El Paso County, Texas, specifically under the provisions of the Davis-Bacon Act. It highlights minimum wage rates applicable for various labor classifications on federally funded building construction projects. Effective rates vary depending on when contracts are awarded or renewed, referencing Executive Orders 14026 and 13658, which set wage floors of $17.75 and $13.30, respectively. The document details specific wage rates for skilled labor, such as electricians, plumbers, and other trades, ensuring compliance with federal wage standards. It also mentions the annual adjustments to these minimum wage rates and requirements for contractors to provide paid sick leave as mandated by Executive Order 13706. The document serves as a crucial reference for contractors involved in federal projects, ensuring adherence to labor standards and protections while outlining the appeals process regarding wage determinations. This comprehensive wage determination is vital for compliance in government contracts related to construction and illustrates the federal government's commitment to worker's rights and fair compensation in public works projects.