ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

JT Myers Lock and Dam Maintenance Building Roof Replacement

DEPT OF DEFENSE W912QR25QA092
Response Deadline
Oct 2, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the replacement of the roof and windows at the JT Myers Lock and Dam Maintenance Building located in Mt. Vernon, Indiana. The project requires contractors to furnish all necessary personnel, equipment, supplies, and materials to replace approximately 2,900 square feet of the existing roof with a Built-Up Roof System and to install new double-insulated vinyl windows, with additional options for replacing up to seven more windows and defective wood on the roof deck. This maintenance work is critical for ensuring the longevity and safety of the facility, which plays a vital role in regional infrastructure. Interested small businesses must submit their proposals by October 2, 2025, at 8:00 AM Eastern Time, and are required to register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) prior to submission. For further inquiries, contractors can contact Maxwell Williams at maxwell.s.williams@usace.army.mil or Marcie Billotto at marcie.billotto@usace.army.mil.

Classification Codes

NAICS Code
238910
Site Preparation Contractors
PSC Code
Z2EB
REPAIR OR ALTERATION OF MAINTENANCE BUILDINGS

Solicitation Documents

15 Files
Exhibits.pdf
PDF3247 KBSep 9, 2025
AI Summary
This document outlines a comprehensive Quality Control Plan, likely for a government contract such as an RFP or grant. It details procedures for employee training, including thorough explanations of contract specifications, on-the-job training, and cross-training. Each employee will receive a checklist to ensure timely completion and accountability. The plan mandates the designation of a Quality Control Inspector (QCI) to perform timely inspections of completed work, with a zero-tolerance policy for rejected items. Deficiencies will result in immediate corrective action, review, and steps to prevent reoccurrence. Daily Quality Control Inspection Reports will document work, inspections, results, deficiencies, and corrective actions, submitted to the Corps of Engineers promptly. In the event of a Contract Discrepancy Report (CDR) from the government, the Contractor, QCI, and responsible crew will review it, determine the cause, and document preventive actions for submittal. The contractor is required to modify these procedures as needed to meet contract specifications.
Scope of Work.pdf
PDF559 KBSep 9, 2025
AI Summary
The Statement of Work outlines a project for the JT Myers Lock and Dam Maintenance Building to replace the roof with a Built-Up Roof System and upgrade windows. The contractor must be NRCA certified and will remove approximately 2,900 SF of existing roof, inspect the concrete slab and perimeter wood for defects, and replace up to 100 linear feet of damaged wood. They will install a new 4-Ply built-up roof and new 4-lb lead flashings in accordance with UFC 3-110-03, ASTM D312/D312M, and UFGS. Additionally, two existing metal-framed windows will be replaced with 45” x 65” double-insulated vinyl windows that meet specific energy efficiency and performance standards. Optional line items include replacing up to seven additional windows and up to 250 linear feet of defected wood. The project emphasizes safety, environmental compliance, quality control, and adherence to various federal and industry standards.
Special Instructions - Amendment 0001.pdf
PDF267 KBSep 9, 2025
AI Summary
This government solicitation is a 100% set-aside for Small Businesses (NAICS 238910) to replace the roof of the maintenance shop and windows at JT Myers Lock and Dam in Mt. Vernon, Indiana. The contractor must furnish all necessary personnel, equipment, supplies, and materials, and manage all aspects of the project from planning to inspection, ensuring compliance with all federal, state, and local regulations. Work must commence within 14 calendar days of the Notice to Proceed and be completed within 90 calendar days. Payment will be via Electronic Funds Transfer (EFT). The contract will be awarded based on the Low Price. A site visit on September 15, 2025, at 10 a.m. Central Time is highly encouraged, and contractors must be National Roofing Contractors Association (NRCA) certified to bid. Quotes are due by September 19, 2025, at 8:00 AM Eastern Time and must be submitted electronically via PIEE. All contractors must be registered in the System for Award Management (SAM.gov) prior to submission.
Reps and Certs - Amendment 0001.pdf
PDF178 KBOct 3, 2025
AI Summary
The
Solicitation Amendment W912QR25QA0920001 SF 30 (1).pdf
PDF3230 KBSep 9, 2025
AI Summary
This document, Amendment 0001 to Solicitation W912QR25QA092, modifies an RFP for the J.T. Myers Maintenance Building Roof Repair at J.T. Myers Lock and Dam in Mt. Vernon, Indiana. Key changes include the addition of Representations and Certifications and revised Special Instructions. The site visit date has been extended to September 15th at 10:00 AM Central Time, and the deadline for quote submissions is now September 19th at 8:00 AM Eastern Time. All other terms and conditions of the original solicitation remain unchanged. This amendment is effective upon the Contracting Officer's signature.
Wage Rates.pdf
PDF5523 KBSep 9, 2025
AI Summary
The document outlines wage determinations for various construction classifications in Indiana, applicable under the Davis-Bacon Act, for specific counties. It specifies minimum wage rates based on contract initiation dates, with adjustments under Executive Orders 14026 and 13658, and delineates worker classifications alongside their respective wage rates and fringe benefits. Additionally, it details the appeals process for wage determinations and requirements for paid sick leave under Executive Order 13706.
Special Instructions.pdf
PDF293 KBSep 9, 2025
AI Summary
This government solicitation is for a small business set-aside contract to replace the roof of the maintenance shop and windows at JT Myers Lock and Dam in Mt. Vernon, Indiana. The contractor will be responsible for all aspects of the project, including planning, management, and execution, in compliance with federal, state, and local regulations. Work must commence within 14 calendar days of the Notice to Proceed and be completed within 90 calendar days. Payment will be via Electronic Funds Transfer. The contract will be awarded based on the low price, and quotes must include unit prices for all listed items. A site visit on September 10, 2025, is highly encouraged. Bidders must be National Roofing Contractors Association (NRCA) certified and registered in SAM.gov. Quotes are due by 02:00 PM Eastern Time on September 16, 2025, and must be submitted electronically through PIEE.
Price Breakout Schedule.pdf
PDF215 KBSep 9, 2025
AI Summary
This document outlines a price breakout schedule for maintenance and renovation work, likely part of a government Request for Proposal (RFP). The base line items include replacing a maintenance building roof with a built-up roof system and replacing existing metal-frame windows with double-insulated vinyl windows in two specific locations. Option items allow for additional window replacements (up to 7 times) and replacement of defective roof deck wood (up to 25 times), both exercisable within sixty days of the Notice to Proceed (NTP). The schedule details unit costs, quantities, and estimated costs for each task, differentiating between base and optional work to provide flexibility in project scope and budgeting.
Davis-Bacon Act WD IN20250003 Rev. 19 - Amendment 0002 (1).pdf
PDF5538 KBOct 3, 2025
AI Summary
No AI summary available for this file.
Solicitation Amendment - W912QR25QA0920002.pdf
PDF5735 KBOct 3, 2025
AI Summary
This document is a solicitation for a firm-fixed-price construction contract for the JT Myers Lock and Dam Maintenance Building Roof Replacement project in Mt. Vernon, Indiana. The estimated magnitude of the project is between $100,000.00 and $250,000.00, and it is 100% set-aside for small businesses under NAICS code 238160 (Roofing Contractors) with a size standard of $19 million. Key requirements include replacing the roof with a built-up system, replacing windows, and an option for additional wood replacement on the roof deck. A payment bond or irrevocable letter of credit is required, but a performance bond is not. Offers are due by October 2, 2025, at 8:00 AM local time, with a 60-day acceptance period. Contractors must commence work within 14 calendar days of receiving notice to proceed and complete it within 90 calendar days. The solicitation incorporates various FAR and DFARS clauses, including those related to System for Award Management (SAM) registration, Buy American Act, and prohibitions on certain telecommunications equipment and foreign-made unmanned aircraft systems.
Solicitation Amendment W912QR25QA0920002 SF 30.pdf
PDF3332 KBOct 3, 2025
AI Summary
Solicitation W912QR25QA092 for the J.T. Myers Maintenance Building Roof Repair at J.T. Myers Lock and Dam in Mt. Vernon, Indiana, has been amended. This amendment, effective September 18, 2025, significantly modifies several aspects of the original solicitation. Key changes include entirely revised Special Instructions, Price Breakout Schedule, and Scope of Work. Additionally, David-Bacon Wage Determination IN20250003 Rev. 19 has been added. The site visit date has been extended to September 24, 2025, and the due date for quotes is now October 2, 2025, at 8:00 AM Eastern Time. Various contract documents have been added, modified, or deleted, and page counts for some documents have changed. All other terms and conditions remain unchanged.
Scope of Work - Amendment 0002_.pdf
PDF2074 KBOct 3, 2025
AI Summary
The government file details the JT Myers Lock and Dam Maintenance Building Roof Replacement project, including roof and window replacement. The contractor must replace approximately 2,900 SF of existing roof with a Built-Up Roof System EPDM Single-Ply System and install new flashings. Additionally, existing metal-framed windows will be replaced with double-insulated vinyl windows. Optional line items include replacing up to seven additional windows and defected wood. The contractor is responsible for all personnel, equipment, supplies, and materials, adhering to strict safety protocols, environmental regulations, and various industry standards. Submittals like a Quality Control Plan and Accident Prevention Plan are required, and work must commence within 14 days and conclude within 90 days of the Notice to Proceed. All work requires extensive coordination with the Lockmaster and TPOC, including security requirements and proper disposal of waste materials.
Special Instructions - Amendment 0002.pdf
PDF268 KBOct 3, 2025
AI Summary
This government solicitation is for a small business set-aside contract to replace the roof of the maintenance shop and windows at JT Myers Lock and Dam in Mt. Vernon, Indiana. The contractor must furnish all necessary personnel, equipment, supplies, and materials, ensuring all work complies with contract requirements and applicable laws. Work is to begin within 14 days of the Notice to Proceed and conclude within 90 days. A mandatory site visit is scheduled for September 24, 2025, and contractors must be National Roofing Contractors Association (NRCA) certified to bid. Quotes are due by October 2, 2025, at 8:00 AM Eastern Time via PIEE. One award will be made based on the low price. All contractors must be registered in SAM.gov prior to submission, and payments will be made via Electronic Funds Transfer (EFT).
PIEE Directions.pdf
PDF229 KBOct 3, 2025
AI Summary
This document outlines the mandatory electronic proposal submission process for government solicitations through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Offerors must register in PIEE as a Vendor or Contractor with an active SAM registration, then follow detailed steps for user registration and role assignment as a Proposal Manager. The document provides clear instructions for searching solicitations, adding offers, uploading attachments, and digitally signing submissions. It emphasizes adherence to specific file naming conventions (Solicitation Number_FIRMNAME_VOLUME_X) and organization, advising offerors to break down large files if necessary. Proposals must be logically assembled, clearly indexed, and submitted in native or searchable PDF formats. Crucially, offerors are urged to submit well in advance of the deadline, as late submissions will be processed according to FAR 15.208. The document also provides links for PIEE training and vendor support.
Price Breakout Schedule - Amendment 0002.pdf
PDF221 KBOct 3, 2025
AI Summary
Amendment 0002 outlines a price breakout schedule for maintenance building renovations, including base and option line items. The base items involve replacing the maintenance building roof with an EPDM single-ply system and replacing two existing metal frame windows with double insulated vinyl windows. Option items include replacing additional metal frame windows with double insulated vinyl windows (up to 7 times within 60 days of Notice to Proceed) and replacing defected wood on the roof deck at a rate of 10 linear feet per instance (up to 25 times within 60 days of Notice to Proceed). The document details unit costs, quantities, and estimated costs for each item, culminating in a total cost for base, option, and combined works. This amendment serves as a clear pricing structure for the specified renovation tasks within a government procurement context.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 5, 2025
amendedAmendment #1· Description UpdatedSep 9, 2025
amendedAmendment #2· Description UpdatedSep 9, 2025
amendedAmendment #3Sep 18, 2025
amendedLatest AmendmentOct 3, 2025
deadlineResponse DeadlineOct 2, 2025
expiryArchive DateSep 18, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W072 ENDIST LOUISVILLE

Point of Contact

Name
Maxwell Williams

Official Sources