Repair Beck Avenue – Sylvan Drive to Building 212 East Entrance
ID: W519TC-25-R-A006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)

Set Aside

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

    The Department of Defense, through the Army Contracting Command – Rock Island (ACC-RI), is soliciting proposals for the repair of Beck Avenue at the Rock Island Arsenal in Illinois. The project involves realigning, grading, and repaving the roadway, as well as demolishing and replacing existing storm and sanitary sewer systems along the specified corridor. This initiative is part of the Army's commitment to infrastructure improvement and is designated as a 100% Small Business Set Aside, with a project budget ranging from $1,000,000 to $5,000,000 and a completion timeline of 160 working days from the Notice to Proceed. Interested contractors must submit their proposals by June 11, 2025, and can direct inquiries to Meghan Overton at meghan.a.overton.civ@army.mil or Kathy Ward at kathleen.m.ward20.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Garrison at Rock Island Arsenal is initiating a construction project (Project #2024-0236) to repair Beck Avenue from the Sylvan Drive intersection to the east entrance of Building 212. The scope includes grading, repaving the roadway, and replacing storm and sanitary sewer systems. Specific activities entail the demolition of existing roads and sewer lines, installation of new infrastructure, and landscaping to restore disturbed green areas. Compliance with the Iowa State Urban Design and Specifications Program (SUDAS) 2024 is mandatory. Key responsibilities include minimizing disruption to tenants, maintaining access to buildings, and submitting a detailed construction plan. The project faces unique environmental challenges, such as managing contaminated soil and groundwater, necessitating strict adherence to state and federal regulations. The timeline for project completion is 160 working days, with penalties for delays. The contractor must also address safety, security, and environmental compliance throughout the construction process. This project underscores the Army’s commitment to maintaining infrastructure integrity while adhering to rigorous operational and environmental standards.
    The document outlines submittal procedures for Army projects, specifying requirements for various types of project submissions including preconstruction submittals, shop drawings, product data, and more. The submission process mandates that contractors submit comprehensive details and certifications to ensure compliance with contract requirements. Key sections detail what constitutes acceptable submittals, timelines for submissions, and the required approvals from applicable authorities, including the Contractor Quality Control System Manager and the Designer of Record when necessary. Each submission is classified as requiring government approval ("G"), information only, or sustainability reporting ("S"). The document also emphasizes the importance of accuracy, clear documentation, and adherence to specified formats, noting that variations from the contract require prior approval from the contracting officer. This structured approach aims to streamline the review process while ensuring that all aspects of the construction project are compliant with government standards.
    The document provides details for a site visit scheduled for May 14, 2025, at 9:00 AM CST, indicating the meeting point for participants. The primary purpose of this information is to facilitate attendance and coordination for individuals involved in a federal request for proposal (RFP) or related grant initiative. By specifying the date, time, and location of the meeting point, the document aims to ensure that all stakeholders are effectively prepared for the site visit, which is likely critical for understanding project parameters or addressing specific requirements outlined in the RFP. The concise nature of the document suggests a straightforward logistical announcement, essential for the organization and planning typical in governmental procurement processes. Overall, this attachment serves as a practical guide for engagement in upcoming discussions or evaluations tied to the federal or local grant or RFP processes.
    The Contractor/Vendor Guide for beta.SAM.gov provides essential information for businesses wishing to engage in federal contracting. The guide outlines how to understand and navigate the System for Award Management (SAM) and its modernized counterpart, Beta.SAM, which streamlines access to federal acquisition opportunities. Key steps include obtaining a Data Universal Number System (DUNS) number, completing annual SAM registration, and acquiring a Commercial and Government Entity Code (CAGE). The guide emphasizes the importance of associating user accounts with entity registrations to access features like the Interested Vendors List (IVL) and contract opportunity attachments. Additionally, it details how to search for contract opportunities, save searches, and follow solicitations, thereby enhancing vendors' ability to engage with government procurement processes. Users are advised on handling controlled attachments requiring Joint Certification Program (JCP) certification for access to specific sensitive information. The document serves as a critical resource for contractors seeking to navigate federal contracting efficiently, outlining processes and compliance requirements to facilitate future business relationships with government entities.
    The document outlines responses to a series of inquiries regarding a construction project, primarily focused on specifications for a storm sewer installation and related work. Key points include the government's intent to avoid disturbing existing monitoring wells, the requirement for separate personnel for quality control and site supervision, and the necessity for materials and backfill specifications to align with AREMA standards. Contractual clarifications address working days, winter holds, and permit requirements, including NPDES and sanitary sewer approvals, emphasizing tax exemption for the project. It also discusses site logistics such as water fill sources, phasing requirements, and approval of contractor-provided plans for work sequences. Moreover, it identifies specific structural modifications and reaffirms that total project bidding will be lump-sum based, directing contractors to maintain their quantity estimates. Safety protocols are included but notable, friction testing is excluded. Overall, the responses aim to ensure clarity and compliance with contractual obligations while facilitating effective project execution.
    The United States Army Contracting Command - Rock Island (ACC-RI) is soliciting proposals for a construction project to repair Beck Avenue at the Rock Island Arsenal in Illinois. This Request for Proposal (RFP) is designated as a 100% Small Business Set Aside, with a project budget ranging between $1,000,000.00 and $5,000,000.00. The selected contractor will be responsible for realigning, grading, and repaving, as well as demolishing existing storm and sanitary sewers along the specified corridor, requiring performance within 160 working days from issuance of the Notice to Proceed. Offers must adhere to stringent bonding and registration requirements, and must not provide less than a specified number of days for government acceptance of proposals. Past performance will be evaluated based on references, and a site visit is scheduled to facilitate contractor familiarity with the work location. The government retains the right to reject all proposals and the solicitation is contingent on funding availability. This initiative underscores the Army's commitment to infrastructure improvement and promotes small business participation in government contracts.
    This government document serves as an amendment to a solicitation for contractor offers, extending the submission deadline from June 4, 2025, to June 11, 2025. It highlights the necessity for bidders to acknowledge receipt of this amendment through various methods, ensuring their submissions remain valid. Key modifications include updates to attached documents, specifically answering contractor questions and including amended plans and site visit details. Attachments 0007-0009 consist of a revised specifications sheet, a list of site visit attendees, and responses to solicitation inquiries. The document reinforces that all remaining terms and conditions from the original solicitation remain unchanged, emphasizing compliance with the solicitation requirements. The comprehensiveness of the amendment reflects the government’s commitment to providing necessary information and clarity to prospective contractors, which is vital for competitive bidding processes within federal and state procurement frameworks.
    The U.S. Army Contracting Command - Rock Island requests proposals for the Repair of Beck Avenue at Rock Island Arsenal. This project includes significant construction activities such as demolition, grading, paving, and utility installations, adhering to a defined scope of work and a total project budget of $1,000,000 to $5,000,000, categorized as a 100% small business set-aside. The solicitation requires contractors to furnish performance and payment bonds and comply with specified timelines, with a completion deadline set for 160 working days from the notice to proceed. Proposals must adhere to mandatory requirements, including the submission of sealed offers with an acknowledgment of solicitation amendments. Additionally, contractors must meet specific safety and security requirements while working on-site. The document emphasizes compliance with various federal regulations and standards throughout the contracting process, ensuring accountability and effective performance assessment. Overall, this project represents the government's commitment to infrastructure improvement while supporting small business participation in federal procurement opportunities.
    The document serves as an amendment to a previously issued solicitation, extending the time for offers and clarifying specific contract line item number (CLIN) 0002 regarding Time and Materials (T&M). Contractors must acknowledge receipt of the amendment to ensure their proposals are considered, with specific methods provided for acknowledgment. Changes are detailed for CLIN 0002, which involves a firm-fixed unit price for excavation of an estimated 2,207 cubic yards, emphasizing the variability of this estimate and binding the unit price for the contract duration. Overall, the document ensures all other terms remain in effect while providing clarification on specific aspects of the solicitation, essential for compliance by potential bidders. The amendment underscores the importance of formal communication in government contracts and solicits timely responses to preserve the integrity of the bidding process.
    This document is an amendment to a government solicitation, specifically regarding the extension of the submission deadline and notification of an upcoming second amendment. The amendment notifies potential offerors of an extension of the offers' due date from June 4, 2025, to June 11, 2025. It also mentions that further amendments providing answers to inquiries are anticipated. Prospective bidders must acknowledge receipt of the amendment to ensure their offers are considered. Procedures for acknowledgment include completing designated items on the amendment form or sending a separate communication referencing the solicitation and amendment numbers. The document maintains all prevailing terms and conditions from previous communications, emphasizing the importance of timeliness in receipt acknowledgments to avoid bid rejection. Overall, this highlights the agency's efforts to maintain clear communication with vendors regarding bid opportunities and procedural requirements, crucial in government procurement processes.
    Similar Opportunities
    Presolicitation Notice – Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is preparing to issue a Request for Proposals (RFP) for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS). This initiative aims to establish up to ten Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to provide rapid and comprehensive debris management and removal services in support of Federal disaster response efforts, particularly following natural and man-made disasters that exceed local capacities. The contracts will encompass a wide range of services, including debris collection, reduction, hauling, and management, with a total capacity of $37 billion over a five-year period. Interested contractors are encouraged to monitor SAM.gov for the formal RFP, anticipated to be released within the next 2–4 weeks, and must submit comments on the Draft RFP by December 12, 2025. For further inquiries, contact Christopher McCabe at christopher.a.mccabe@usace.army.mil or Brunson Grothus at brunson.e.grothus@usace.army.mil.
    Operation of the Quad City Cartridge Case Facility (QCCCF)
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the operation of the Quad City Cartridge Case Facility (QCCCF) in Rock Island, Illinois, for Government Fiscal Year 2026. The objective is to develop and manufacture fixed-price prototype capabilities that enhance workload and revenue while maintaining the critical defense industrial base for producing steel and brass cartridge cases at a minimum rate of 3,000 units per month. This initiative is vital for sustaining the U.S. organic industrial base and ensuring the availability of essential ammunition components. Interested parties must submit white papers by January 8, 2026, with further details available from primary contact Mallory Schmitt at mallory.d.schmitt.civ@army.mil.
    183 CES Repair Vehicle Barriers
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking bids for a contract to repair vehicle barriers at their facility in Springfield, Illinois. The project involves removing existing hydraulic wedge-type barriers and installing two new final denial drop arm style barriers to ensure compliance with current regulations and operational standards. This contract is set aside entirely for small businesses, with an estimated value between $500,000 and $1 million, and is expected to be awarded within a 180-day timeframe following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register on SAM.gov to access the solicitation, which is anticipated to be issued in early August 2025.
    FLOSSMOOR ROAD VIADUCT STORM SEWER IMPROVEMENTS, FLOSSMOOR, COOK COUNTY, ILLINOIS
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - Chicago District, is preparing to solicit bids for the Flossmoor Road Viaduct Storm Sewer Improvements project in Flossmoor, Cook County, Illinois. This project aims to address significant flooding issues at the Flossmoor Road viaduct by constructing approximately 500 linear feet of a new 72-inch diameter trunk line storm sewer, along with necessary restoration work on pavement, sidewalks, driveways, and parkways. The estimated construction cost ranges from $1,000,000 to $5,000,000, with the solicitation package expected to be advertised in the first quarter of Fiscal Year 2026. Interested small business contractors must register in the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit bids. For further inquiries, contact Ericka Hillard at ericka.d.hillard@usace.army.mil or call 312-846-5378, and include the solicitation number W912P626BA008 in all correspondence.
    Cornerstone Initiative CS-26-1501: Quad Cities Cartridge Case Facility (QCCCF)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Combat Capabilities Development Command – Chemical Biological Center (DEVCOM CBC), is initiating a procurement opportunity for the operation and maintenance of the Quad Cities Cartridge Case Facility (QCCCF) located in Rock Island, Illinois. The selected contractor will be responsible for all aspects of facility operation, including maintenance, safety, and security, while also proposing innovative work to meet both Department of Defense and commercial needs. This initiative is part of the Cornerstone Other Transaction Agreement (OTA), aimed at strengthening the U.S. Manufacturing and Defense Industrial Base, and is restricted to members of the Cornerstone Consortium. Interested entities must have an active registration in SAM.gov and a signed Cornerstone Consortium Management Agreement to be eligible for proposal submission. For further inquiries, interested parties can contact the Cornerstone Team via email at usarmy.ria.devcom-cbc.mbx.cornerstone-ota@army.mil.
    NPS Beach Channel Drive Bulkhead
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is soliciting proposals for the Design-Build Construction Services for the Beach Channel Drive Bulkhead at Jacob Riis Park, Queens, New York. The project aims to replace the existing bulkhead, which has been rated in "Poor" condition, and to extend its service life for 100 years, while also repaving adjacent multi-use trails and repairing storm drain pipes. This opportunity is significant for maintaining infrastructure in a vital recreational area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit electronic proposals by December 16, 2025, and can contact Monica Coniglio at monica.n.coniglio@usace.army.mil for further details.
    Sebewaing River South Levee Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the Sebewaing River South Levee Repairs project, which is designated as a total small business set-aside. The project involves mobilizing equipment to Sebewaing, Michigan, to perform essential repairs along the Sebewaing River and south levee, including clearing vegetation, installing steel sheet piles, earth anchors, and backfilling/grading with excavated materials reused onsite. This work is crucial for maintaining the integrity of the levee system, which plays a significant role in flood risk management. Interested contractors can reach out to Sally Artz at sally.artz@usace.army.mil or by phone at 313-226-2206 for further details regarding the solicitation.
    Cedar Rapids Flood Risk Management Project, Reach 4 Phase 1 Downstream River Floodwall and Pump Station
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Rock Island District, is soliciting bids for the Cedar Rapids Flood Risk Management Project, specifically for the Reach 4 Phase 1 Downstream River Floodwall and Pump Station in Cedar Rapids, Iowa. The project entails extensive construction activities, including site demolition, utility removals, and the construction of a cast-in-place concrete floodwall and pump station, with an estimated contract value ranging from $25 million to $100 million. This initiative is crucial for enhancing flood risk management in the area, ensuring the safety and resilience of the community against potential flooding events. Interested contractors must submit their bids electronically by January 8, 2026, at 2:00 PM CST, and are encouraged to direct any inquiries to the primary contacts, Samantha Johanson and Brunson Grothus, via the provided email addresses.
    Fish Barrier Admin Wing and Bathroom Remodel
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers - Chicago District, is seeking qualified vendors to remodel and upgrade the administrative wing and bathrooms at the fish barrier located in Lockport, Illinois. The project includes tasks such as painting walls, installing floor and wall tiles, toilet partitions, and a vanity. This procurement is crucial for maintaining the facility's operational standards and ensuring a functional workspace for personnel. Interested small businesses must submit their quotes electronically via the Procurement Integrated Enterprise Environment (PIEE) by 1:00 PM Central Time on December 22, 2025, with an estimated award date in January 2026. For inquiries, vendors can contact James Parizek at james.p.parizek@usace.army.mil or 312-846-5585.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.