USPFO Hazardous Material Building Repair
ID: W9127P26QA004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7RQ USPFO ACTIVITY VI ARNGST CROIX, VI, 00850-9731, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF AMMUNITION FACILITIES (Z2EA)

Set Aside

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

    The Department of Defense, through the Army National Guard, is soliciting proposals from qualified contractors for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project includes tasks such as the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and the replacement of hazardous material signage, all of which must comply with federal and territorial building codes. This opportunity is particularly significant as it involves a total estimated award amount of $45,000,000 and is set aside for small businesses, specifically Women-Owned Small Businesses (WOSB). Interested contractors should contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868 for further details, and all work must be completed within 90 calendar days of the Notice to Proceed.

    Point(s) of Contact
    Files
    Title
    Posted
    The Virgin Islands Army National Guard (VIARNG) is seeking a contractor for repairs and refurbishment of its United States Property and Fiscal Office (USPFO) Hazardous Material Building on St. Croix. The project involves removing and installing new metal roll-up doors and roof panels, installing solar-powered interior and exterior lights, demolishing and repairing a concrete bond beam, repainting the building's exterior, and replacing hazardous material signs. The contractor must secure all necessary permits, provide supervision, and submit product specifications for approval. Work must be completed within 90 calendar days of the Notice to Proceed, adhering to federal and territorial building codes, and following strict safety and security protocols, including background checks and mandatory training for all personnel. The contractor is responsible for site cleanup and waste disposal.
    This document is an RFP for a Women-Owned Small Business (WOSB) to perform HazMat Building Repair for the USPFO in the Virgin Islands, with an estimated total award amount of $45,000,000. The solicitation outlines specific instructions for offerors, including submission requirements, technical approach guidelines, and pricing. Key evaluation factors are price, technical approach, and past performance, with technical approach being significantly more important than past performance, and all non-price factors combined being more important than price. The document details various FAR and DFARS clauses incorporated by reference and full text, covering areas like telecommunications equipment restrictions, payment instructions through Wide Area WorkFlow (WAWF), and contractor representations. It also includes information on the National Guard Agency Protest Program and a notice regarding fund availability.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    SFC LBF Readiness Center and Field Maintenance Shop #2 Condensers Replacement
    Buyer not available
    The Department of Defense, through the Army National Guard, is soliciting bids for the replacement of condensing units at the SFC Leonard B. Francis Readiness Center and Field Maintenance Shop 2 located in St. Thomas, U.S. Virgin Islands. The project aims to restore environmentally controlled air for personnel comfort and equipment protection by replacing inoperable condensing units, including a 20-ton unit at the Readiness Center and multiple units at the Field Maintenance Shop. This procurement is critical for maintaining operational readiness and ensuring compliance with federal and territorial building codes and safety regulations. Interested contractors, particularly Women-Owned Small Businesses, must submit their quotes electronically by December 29, 2025, with a total award amount of $19,000,000. The performance period for the work is set from January 12, 2026, to April 13, 2026, and inquiries can be directed to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or by phone at 340-712-7868.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Buyer not available
    The Department of Defense, specifically the Army National Guard, is soliciting proposals for HVAC maintenance services at the SFC Leonard B. Francis Readiness Center located in St. Thomas, U.S. Virgin Islands. The contract requires comprehensive maintenance, including routine, preventive, and corrective services to ensure optimal operation and a healthy atmosphere within the facility. This procurement is crucial for maintaining the functionality of HVAC systems, which are essential for climate control and operational readiness. Interested Women-Owned Small Businesses (WOSB) must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19 million and a performance period from January 5, 2026, to February 6, 2026. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.
    VI DPC A34(1) – Veterans Drive Contract 2 Improvements to RTE 30
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for the VI DPC A34(1) – Veterans Drive Contract 2 Improvements to RTE 30 project located in St. Thomas, U.S. Virgin Islands. This project involves the reconstruction and expansion of Veterans Drive into a continuous four-lane roadway over approximately 0.39 miles, with an estimated cost between $80 million and $90 million, focusing on enhancing safety for pedestrians and vehicles, improving drainage, and other related work. Interested contractors must submit both technical and cost proposals, with bid documents expected to be available around November 6, 2025, and must be registered in the System for Award Management (SAM) for proposal submission and payment. For further inquiries, contact Shirley A. Anderson at eflhd.contracts@dot.gov or by phone at 703-948-1407.
    Ft. Buchanan Microgrid
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a market survey for the construction of a microgrid at Fort Buchanan, Puerto Rico. This project involves the design and installation of a microgrid system featuring twelve 570 KW diesel generators, a battery energy storage system, and various supporting infrastructure, aimed at enhancing energy resilience and operational continuity. The estimated contract duration is approximately 1,141 calendar days, with a projected cost range between $25 million and $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran-Owned, must submit their responses by December 8, 2025, at 2:00 PM Eastern Time, to Henry Caldera at henry.c.caldera@usace.army.mil.
    Sign and Safety Repairs - Metro, North, and South Regions
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the "Sign and Safety Repairs - Metro, North, and South Regions" project in Puerto Rico. This project aims to repair signs, guardrails, and other infrastructure damaged by Hurricanes Irma and Maria across 18 municipalities, with an estimated total cost between $15 million and $25 million. The work includes various tasks such as traffic sign assembly, guardrail installation, and cultural resource protection, emphasizing the importance of restoring critical transportation infrastructure. Interested bidders must register in the System for Award Management (SAM) and submit their bids electronically by the specified deadline, with bid documents expected to be available around November 17, 2025. For further inquiries, contact Emily McCleary or C. Shawn Long at EFLHD.Contracts@dot.gov.
    Z2DA--Resurface Parking Garage C
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting proposals for design-build services to resurface Parking Garage C at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. The project aims to restore the structural integrity and surface condition of the garage, addressing issues such as deterioration, drainage improvements, and safety system upgrades. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran entrepreneurs. Interested contractors must submit their technical and price proposals in a two-phase process, with the contract period spanning 730 days, contingent on fund availability. For further inquiries, potential bidders can contact Contracting Officer Ana G. Alvarado at ana.alvarado@va.gov.
    Bldg 250 Roof Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Building 250 Roof Repair project located at Gabreski Airport in Westhampton Beach, NY. This project involves the repair of approximately 42,500 square feet of roofing, including the replacement of the membrane, flashing, gutters, downspouts, and walking tiles, with a project magnitude estimated between $500,000 and $1,000,000. The contract is set aside for small businesses under NAICS code 238160, with a size standard of $19 million in average annual revenue. Interested bidders are encouraged to attend a pre-bid conference and site visit on November 19, 2025, with bids due by December 10, 2025. For further inquiries, contractors may contact Sara Margaret Luna at saramargaret.luna.1@us.af.mil or Rolando Rowe at rolando.rowe@us.af.mil. Funding for the project is anticipated to be available by November 30, 2025.
    Z2DA--Copy of Provide Hurricane Hardening at Generator Farm
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the provision of hurricane hardening at a generator farm located in Puerto Rico. This procurement aims to enhance the resilience of the facility against hurricane impacts, ensuring continued operation during adverse weather conditions. The project falls under the NAICS code 236220, which pertains to commercial and institutional building construction, specifically focusing on the repair or alteration of hospitals and infirmaries. Proposals are now due by December 16, 2025, at 3:00 PM (AST), and interested parties should direct inquiries to Contracting Officer Ana G Alvarado at ana.alvarado@va.gov.
    JHK Erosion Control
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    Repair AMSA / ECS - Arden Hills Army Reserve Center, Minnesota
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a Design/Build project for the repair of the Area Maintenance Support Activity/Equipment Concentration Site (AMSA/ECS) vehicle maintenance facility at the Arden Hills Army Reserve Center in Minnesota. The project aims to repair failing facility components, extend the facility's economic life by 25 years, and modernize the maintenance capabilities for Army Reserve units, with an estimated contract duration of 900 calendar days and a cost range between $25 million and $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond by December 16, 2025, at 2:00 PM EST, providing necessary documentation and experience related to similar projects. For further inquiries, contact Adam Brooks at adam.m.brooks@usace.army.mil.