Clocktower 1st Floor EOC Remodel
ID: W912EK25BA001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army through the W07V Endist Rock Island office, is seeking bids for the remodeling of the 1st Floor Emergency Operations Center (EOC) at Rock Island, Illinois. The project aims to transform the existing layout into a state-of-the-art facility that enhances emergency preparedness and response capabilities while maintaining district functionality during non-emergency periods. This construction project, estimated to range between $5,000,000 and $10,000,000, involves significant updates to HVAC, electrical, and plumbing systems, as well as the reconfiguration of restroom facilities to meet modern standards. Interested parties, particularly those certified as Women-Owned Small Businesses (WOSB), should prepare for the anticipated solicitation release in mid to late February to early March, and can contact Joe Porter or Jeffrey R. Voss for further information.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    INVITATION FOR BID - Mississippi River Basin, Bay Island Drainage and Levee District No. 1, Mercer County, Illinois, 2023 Event PL84-99 Flood Repairs
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is inviting bids for the "2023 Event PL84-99 Flood Repairs" project in the Bay Island Drainage and Levee District No. 1, Mercer County, Illinois. This procurement is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) and aims to address critical flood damage repairs along the Mississippi River, with an estimated project cost ranging from $10 million to $25 million. The selected contractor will be responsible for various construction tasks, including debris removal and levee restoration, while adhering to environmental regulations and completing the work within 366 calendar days from the notice to proceed. Interested parties should submit their bids electronically by October 28, 2024, and can direct inquiries to Christopher McCabe at christopher.a.mccabe@usace.army.mil or Ryan R. Larrison at Ryan.R.Larrison@usace.army.mil.
    INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract aimed at various small construction projects in Illinois and Indiana. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 237110, which pertains to Water and Sewer Line and Related Structures Construction. The awarded contracts will facilitate essential construction services that support infrastructure development and maintenance in the region. Interested contractors can reach out to Ericka Hillard at ericka.d.hillard@usace.army.mil or by phone at 312-846-5378, or contact Samantha Stiles at samantha.l.stiles@usace.army.mil or 304-399-5705 for further details.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Buyer not available
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    ILWW LaGrange-Peoria Roofs
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the replacement of EPDM membrane roofs at the LaGrange and Peoria Lock and Dam control stations in Illinois. The project aims to ensure the structural integrity and historical preservation of these significant buildings, with an estimated cost between $100,000 and $250,000, and a completion timeline of 120 calendar days post-award. This procurement is part of a broader initiative to maintain federal infrastructure while adhering to labor regulations, including compliance with the Davis-Bacon Act for wage determinations. Interested contractors must register with the System for Award Management (SAM) and submit their proposals, including relevant experience, by the specified deadline. For further inquiries, contact Joe Porter at joseph.e.porter@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil.
    Y1PZ--823CM3023, Irrigation Expansion, Rock Island National Cemetery
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a presolicitation notice for the "Irrigation Expansion" project at Rock Island National Cemetery, identified as Solicitation number 36C78625B0011. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves constructing an automated irrigation system covering approximately 50 acres, with an estimated project cost between $5 million and $10 million. The initiative underscores the VA's commitment to supporting veteran-owned small businesses in federal contracting opportunities, with a formal invitation to bid expected to be released around March 14, 2025, and responses due by April 18, 2025. Interested contractors should direct inquiries to Contracting Officer Claude Humphrey at claude.humphrey@va.gov or call 708-264-2902.
    OMRR&R, RED RIVER BASIN, BAYOU BODCAU PROJECT OFFICE BUILDING ADDITION BODCAU LAKE, BOSSIER PARISH, LOUISIANA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the construction of an addition to the Bayou Bodcau Project Office Building located in Bossier Parish, Louisiana. This project involves the addition of approximately 840 square feet to an existing structure, along with necessary demolition and alteration work, and is set aside for certified Economically Disadvantaged Woman-Owned Small Businesses (EDWOSB) or Woman-Owned Small Businesses (WOSB). The initiative reflects the federal government's commitment to enhancing operational facilities while adhering to environmental and safety regulations. Interested contractors must submit sealed bids by March 5, 2025, at 2:00 PM CST, with an estimated project value between $500,000 and $1,000,000. For further inquiries, contact Amy L. Starks at amy.l.starks@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
    Roof Replacement- New Orleans District Headquarters Building
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the roof replacement of its headquarters building located in New Orleans, Louisiana. This project involves significant demolition and installation work, including concrete, insulation, roofing systems, and plumbing, with an expected contract value between $5 million and $10 million. The procurement emphasizes compliance with federal regulations, including affirmative action requirements and the necessity for contractors to be registered in the System for Award Management (SAM). Proposals are due electronically by March 3, 2025, and interested parties should direct inquiries to Nakiea Butler at nakiea.b.butler@usace.army.mil or 504-862-1772, while also noting that site visits must be completed by February 19, 2025, and questions regarding the solicitation are due by February 20, 2025, at 10 AM CST.
    Renovation of Bldg 309 for Operations and Training
    Buyer not available
    The Department of Defense, specifically the West Virginia National Guard, is seeking bids from small businesses for the renovation of Building 309 located in Martinsburg, West Virginia. This project involves approximately 29,109 square feet of renovations aimed at relocating headquarters functions, which includes upgrading critical systems such as electrical, HVAC, and fire protection, as well as creating secure briefing spaces that comply with ICD 705 requirements. The contract is expected to last 550 days following the Notice to Proceed, with an estimated budget between $1,000,000 and $5,000,000. Interested contractors must register in the System for Award Management (SAM) and adhere to submission deadlines, with the solicitation anticipated to be issued around March 6, 2025, a pre-bid conference on May 6, and bid opening on June 3. For further inquiries, contractors can contact Christopher P. Broschart at christopher.broschart@us.af.mil or Ryan E. Belfield at ryan.belfield@us.af.mil.
    Z1DA--556-23-101: Renovate CLC Building 134-2C
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of Community Living Center (CLC) Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This project, designated as 556-23-101, involves comprehensive construction work, including interior finishes, HVAC, plumbing, and electrical systems, with a focus on compliance with health and safety standards. The renovation aims to enhance the facility's infrastructure to better serve veterans, ensuring a safe and functional healthcare environment. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by March 6, 2025, at 1:00 PM CST, and can direct inquiries to Contract Specialist Hudell D. Ballen at Hudell.Ballen@va.gov. The estimated project cost ranges between $5 million and $10 million.
    Armed Forces Recruiting Stations Tenant Improvements
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking construction contractors for tenant improvements and security system installations at Armed Forces Recruiting Stations located in Maryland and other Mid-Atlantic states. The project involves comprehensive renovations, including aesthetic and functional upgrades such as the installation of wall graphics, carpet tiles, and new doors, as well as the repair and repainting of existing structures to create a modern and professional environment. This initiative is crucial for enhancing the usability and compliance of recruiting facilities, with an estimated contract value between $100,000 and $500,000. Interested contractors, particularly small and service-disabled veteran-owned businesses, must submit their capability statements by February 25, 2025, and should be registered in the SAM database to be eligible for contract award. For further inquiries, contact Sharon Alexander at sharon.l.alexander@usace.army.mil or call 410-962-0191.