Notice of Intent - Brand Name - Youngstown ARS Fire Station
ID: W912QR25-YOUNGSTOWNARS-FIRESTATIONType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking bids for the demolition of Building 415 and the construction of a new 24,500 square foot Fire Station at Youngstown Air Reserve Station (YARS) in Ohio. The project includes specific requirements for maintaining architectural consistency with existing structures, including the use of sole source materials such as Belden Tri-State Building Materials for brick and mortar, Best Cylinder Housing for door keying systems, and Monaco Enterprises Incorporated for fire monitoring systems. This construction is critical for ensuring that the new facility meets current aircraft rescue and firefighting vehicle requirements while integrating seamlessly with the existing campus design. Interested contractors can reach out to Karla B. Wright at KARLA.B.WRIGHT@USACE.ARMY.MIL or by phone at 502-315-6990 for further details.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the Design-Bid-Build construction of the Advanced Skills Trainee Barracks at the Parks Reserve Forces Training Area in Dublin, California. This project involves constructing a 45,000 square foot facility, with a focus on compliance with safety, environmental, and construction standards, including a mandatory Project Labor Agreement. The barracks are intended to enhance military training capabilities and ensure operational readiness, reflecting the Army's commitment to quality infrastructure. Interested small business contractors must register in the System for Award Management (SAM) and submit proposals by the revised deadline of August 13, 2025, with inquiries directed to Ryan King at ryan.m.king2@usace.army.mil.
    WPAFB 3rd Air Stream/ B18
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of a new industrial compressed air plant at Wright-Patterson Air Force Base in Ohio. The project, estimated to cost between $5 million and $10 million, involves the installation of two 4,000 HP centrifugal air compressors, two natural gas-fired air heaters, specialty steel piping, and associated controls, along with the demolition of existing equipment and significant electrical work. This initiative is crucial for enhancing the operational capabilities of the facility, and the procurement may be set aside for small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms. Interested parties must submit their responses via the Market Survey Response Form by October 31, 2025, at 1:00 PM Eastern Time, and can contact Thomas Nauert at thomas.s.nauert@usace.army.mil for further information.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including demolition, hazardous material handling, and various upgrades to architectural, mechanical, and electrical systems. The project is critical for maintaining operational capabilities at the base and ensuring compliance with safety and environmental standards. Interested contractors should note that the due date for bids has been extended to December 15, 2025, and must contact Charity Mansfield at charity.a.mansfield@usace.army.mil or 502-315-6925 for further details.
    403873 FLW AIT Barracks Complex II Phase 2
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the construction of the Advanced Individual Training (AIT) Barracks Complex II Phase 2 at Fort Leonard Wood, Missouri. This project involves the design and construction of a standard AIT Battalion Complex to accommodate 600 soldiers, including barracks, company operations facilities, and various support structures, while incorporating essential safety and security features. The contract, valued between $100 million and $250 million, requires proposals to be submitted electronically via the PIEE system by January 23, 2026, with a focus on non-price evaluation factors such as Performance Confidence and Management Approach. Interested parties can reach out to Dale Coleman at dale.e.coleman@usace.army.mil or Michael G. France at michael.g.france@usace.army.mil for further inquiries.
    Renovation Bldg. 52, Kansas Air National Guard, McConnell AFB, Kansas
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the renovation of Building 52 at McConnell Air Force Base in Kansas. This project involves the use of specific brand-name items to ensure compliance with standards for security alarm systems, fire alarm systems, utility meter readings, and direct digital controls systems. The identified brands include Advantar Alarm System, Notifier Fire Alarm System by Honeywell, and Schneider Electric products, which are critical for maintaining operational integrity at the base. Interested contractors can reach out to Jeri L. Halterman at Jeri.l.Halterman@usace.army.mil or by phone at 816-389-2198 for further details regarding the procurement process.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This project involves the design and construction of roof and rooftop unit (RTU) replacements, with a base bid and several optional enhancements, including new HVAC controls and a lightning protection system. The work is part of the National Roofing Program and is crucial for maintaining the integrity and functionality of military facilities. Proposals are due by December 12, 2025, at 1:00 PM ET, and interested contractors should direct inquiries to Thomas Nauert or Joshua Westgate via email. The estimated project cost ranges from $1,000,000 to $5,000,000, with awards based on the lowest total price.
    70Z03026QCLEV0003 - U.S. Coast Guard Station Fairport Roof Repair
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors for the roof repair project at the Coast Guard Station Fairport in Grand River, Ohio. The project involves removing and replacing a 9FT x 48FT flat roof section, installing flashing and sealant, and disposing of old roofing materials, with a performance period of 45 calendar days. This procurement, estimated to be under $25,000, emphasizes compliance with federal, state, and local regulations, including safety and environmental standards. Interested contractors should contact George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL or 571-610-3240 for further details, and are encouraged to schedule site visits with MKC Gavin Kozak at (915) 238-8287 to develop accurate quotes.
    B101 Boiler replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the replacement of a boiler system in Building 101 at the 180th Fighter Wing in Swanton, Ohio. The contractor will be responsible for removing the existing boiler and installing a new system that meets specific performance criteria, including a minimum input of 285,000 BTU/hr and at least 96% thermal efficiency, along with all necessary electrical, piping, and venting components. This procurement is critical for maintaining operational efficiency and compliance with applicable regulations, and it is set aside exclusively for small businesses. Interested parties must submit their quotes by 10:00 A.M. EST on December 11, 2025, to the designated contracting email, with all necessary documentation as outlined in the solicitation. For further inquiries, contact 2d Lt Adam Krouse at adam.krouse@us.af.mil or TSgt Cody Walker at cody.walker.12@us.af.mil.
    EAR048 Repair Site Fire Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair and replacement of fire alarm systems at Eareckson Air Station on Shemya Island, Alaska. The project entails a Firm Fixed Price (FFP) Design-Bid-Build (DBB) construction contract that includes the demolition and replacement of outdated fire alarm systems across 44 buildings, as well as the installation of two Monaco D-21 receiving stations and outside plant fiber optic cabling for enhanced communication of fire alarm signals. This initiative is critical for ensuring compliance with UFC 3-600-01 Fire Protection Engineering standards and improving safety measures at the installation. Interested small businesses are encouraged to reach out to Michelle Nelsen at michelle.nelsen@usace.army.mil or call 907-753-2527 for further details, as this opportunity is set aside for total small business participation.
    USACE SPK DBB Construction - DDJC Tracy W28 Fire Life & Safety Repairs – Tracy, California
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is conducting a Sources Sought Notice for potential contractors to modify the exterior fire sprinkler systems at Warehouse 28, DDJC Tracy, California. The project aims to convert the existing water-based fire sprinkler system, which is prone to freezing, to a system that remains operational in cold weather conditions. This modification is crucial for maintaining safety standards and operational readiness in the facility. Interested contractors are invited to submit capability statements by December 12, 2025, with an estimated project value between $1 million and $5 million, and a potential solicitation anticipated around March 2026. For further inquiries, contact Erik Quiralte at Erik.Quiralte@usace.army.mil or call 916-557-5157.