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 U.S. Army Corps of Engineers, is soliciting bids for the construction of the North Annex Emergency Operations Center and District Conference Rooms at Rock Island Arsenal in Illinois. This project involves comprehensive renovations, including demolition, structural updates, HVAC and electrical installations, and site work, with an estimated budget ranging from $5 million to $10 million and a completion timeline of 365 days. The procurement is set aside for Women-Owned Small Businesses (WOSB) under the SBA Certified program, emphasizing the government's commitment to supporting small and disadvantaged enterprises. Interested contractors must submit their bids electronically by April 30, 2025, at 10:00 AM CST, and can direct inquiries to Joe Porter or Jeffrey R. Voss via the provided email addresses.

    Files
    Title
    Posted
    The document pertains to a General Decision Number (IL20250001) issued on April 18, 2025, for building construction projects in several Illinois counties, under the provisions of the Davis-Bacon Act. It outlines the minimum wage standards that contractors must follow based on recent Executive Orders. Specifically, for contracts commencing or extended after January 30, 2022, workers are to be paid no less than $17.75 per hour, while those under older contracts may receive a minimum of $13.30 per hour, unless a higher wage is specified. The file also details wage rates and fringe benefits for various occupations involved in construction, such as asbestos workers, electricians, carpenters, and elevator mechanics, differentiated by county categories. Each specified trade has a defined hourly wage and fringe benefits package, applicable to multiple counties with specific tiers for wage classifications. This ruling is significant for government contracts related to construction, ensuring equitable compensation for labor in federally-backed projects. The emphasis on adherence to minimum wage laws aligns with efforts to protect workers and promote fair labor standards in public works projects across the state of Illinois.
    The document outlines a solicitation for construction work related to the New Connection Arsenal Water Utility Lines at the North Annex Emergency Operations Center in Rock Island, Illinois. The project, managed by the U.S. Army Corps of Engineers, includes the installation of new fire protection systems as part of a broader effort to enhance infrastructure at the Rock Island Arsenal, located along the Mississippi River. Key tasks involve the installation of new fire sprinkler piping, re-establishing connections to existing systems, and adding a new fire department connection. It also mentions the need for a qualified fire protection engineer to assess the proposed locations for critical infrastructure elements. The overall goal is to ensure compliance with safety and engineering standards while maintaining operational readiness of the emergency services at this facility.
    The document pertains to federal wage determinations for construction projects in Illinois, specifically under the Davis-Bacon Act. It outlines wage rates and fringe benefits for various construction trades across multiple counties, focusing on building projects except residential structures like single-family homes and small apartments. The wage rates for 2025 include stipulations from Executive Orders 14026 and 13658, mandating minimum hourly wages—$17.75 for contracts initiated or renewed post-January 30, 2022, and $13.30 for contracts awarded from January 1, 2015, to January 29, 2022. Various classifications for labor positions—including asbestos handlers, electricians, and operators—are specified, detailing rates and fringe benefits unique to respective counties. The document's structure includes a table format listing job categories, their corresponding pay, and related terms, thereby outlining compliance requirements for federal contractors and establishing labor standards crucial for ensuring fairness and worker protection across state and federal projects.
    The document outlines a solicitation for the North Annex Emergency Operations Center located at Rock Island Arsenal, Illinois, issuing a request for proposals (RFP). The project involves a comprehensive renovation including the installation of fire protection systems, security alarms, plumbing, electrical systems, and structural modifications, while adhering to federal safety codes and standards. Notable tasks include demolition of existing systems, relocation of equipment, and the installation of new HVAC provisions, as well as construction of necessary support structures like bollards and concrete pads. Key considerations include maintaining operational efficiency during construction, coordinating with site management, and compliance with environmental regulations. The document specifies requirements for contractors including safety protocols, worker responsibilities, and advance notice for disruptive activities. It addresses spatial planning for construction access, staging areas, and the necessity to protect existing infrastructure. Overall, the project demonstrates the Army Corps of Engineers's commitment to modernizing emergency response facilities, ensuring safety, effectiveness, and compliance with applicable regulations.
    The U.S. Army Corps of Engineers is undertaking an HVAC upgrade project at the Clock Tower Annex in Rock Island, Illinois, as outlined in solicitation number CA24. The scope includes the demolition of existing HVAC systems and the installation of new equipment on both the first and second floors. The project focuses on improving comfort and efficiency, featuring variable air volume (VAV) air handling units and new ductwork. Key tasks include the re-utilization of certain components, strict adherence to construction phases, and established working hours to minimize disruption. A comprehensive sequence of operations for the system's operation modes—occupied and unoccupied—will be implemented, along with protocols for automatic controls via an existing Digital Management System. The document includes detailed electrical plans, highlighting safety measures and equipment specifications necessary for compliance with national standards. The renovation aims to ensure a modernized facility that enhances operational capabilities while considering health and safety regulations.
    The document details the Crossover/Basement Remodel project at the Clock Tower Complex in Rock Island, Illinois, led by the U.S. Army Corps of Engineers. It outlines the demolition and construction requirements necessary to modernize the facility while ensuring safety and compliance with applicable regulations. Key elements include the removal of existing materials such as flooring, walls, and utilities, and the installation of new finishes, insulation, and structural components. The project emphasizes protecting existing equipment and ensuring minimal disruption to ongoing operations. It involves coordination between various trades, adherence to safety protocols, and compliance with environmental regulations, particularly concerning hazardous materials. The document serves as a technical guide for contractors, detailing the expected quality of work and project logistics, eventually aiming to enhance the functionality and safety of the facility while maintaining structural integrity. In summary, this project reinforces the U.S. Army Corps of Engineers' commitment to public infrastructure improvement through thorough planning and execution in compliance with federal standards.
    The document outlines the scope of work for the Clock Tower Annex Roof Repair project, overseen by the U.S. Army Corps of Engineers in Rock Island, Illinois. The project involves the repair of the annex roof, including various architectural plans and details about existing conditions. Key points include temporary site access measures, contractor responsibilities, and specific safety protocols related to hazardous materials, like asbestos, which must be addressed before proceeding. The drawings indicate site plans, roof plans, and detailed requirements for reinstating existing roof elements during construction. It emphasizes the necessity for field verification of site conditions, proper signage to direct non-construction personnel, and compliance with regulations to maintain safety and stability throughout the construction process. This project highlights the federal government's commitment to preserving infrastructure while ensuring compliance with health and safety standards. The solicitation number W912EK-12-B-0001 indicates the formal request for bids, reflecting adherence to government procedures for public works projects.
    The document outlines the construction solicitation W912EK25BA001 by the U.S. Army Corps of Engineers for the renovation of the North Annex Emergency Operations Center and District Conference Rooms at Rock Island Arsenal, Illinois, set to commence in March 2025. It details the scope of work, which includes demolition, structural and architectural updates, plumbing, HVAC, electrical installations, and site work, emphasizing adherence to safety and environmental regulations. Key requirements include submitting certification for personnel, maintaining safety protocols, and conducting regular progress inspections. The contractor must ensure compliance with antiterrorism, operational security, and environmental protection guidelines. The document specifies conditions for contractor access to the site, including background checks, access controls, and personnel management. Payment procedures are outlined, detailing job payment items associated with the construction work. Overall, the purpose of the solicitation is to define the terms under which contractors can bid for construction work while ensuring safety, quality, and compliance with federal standards, reflecting the government's commitment to infrastructure improvement and operational readiness.
    The document outlines an amendment to a federal solicitation and includes essential instructions for offerors regarding acknowledgment of the amendment and site visit arrangements. The solicitation's deadline for offers is extended, and submissions must include acknowledgment of the amendment to avoid rejection. Key modifications include updated site visit information, indicating a scheduled visit on April 8, 2025, at 0900 hours, with meet-up details provided. Offerors are encouraged to inspect the site prior to submission, with specific contact information for arrangements. The amendment maintains existing terms while updating relevant sections regarding site visit instructions and administrative changes, emphasizing compliance and transparency with potential contractors. Overall, the document serves as a formal update to ensure clarity and proper communication in the procurement process, adhering to federal guidelines.
    This document is an amendment to a solicitation, specifically addressing changes and updates related to offers submitted for a federal contract. The amendment clarifies that the deadline for submitting offers has been extended or remains unchanged, requiring offerers to acknowledge receipt of the amendment via specified methods including using forms or electronic communication. It outlines the protocol for revising offers previously submitted, demanding that such changes reference the solicitation and amendment numbers. Moreover, it includes sections regarding accounting data and contract modifications, specifying the purpose of the amendment as providing an updated sheet that details the location of Arsenal utility lines. The document emphasizes the importance of compliance with the amendment to ensure valid submissions and modifications, with signatures from both the contractor and the contracting officer required to formalize the amendment. Overall, the primary purpose is to ensure that all parties involved in the contract processes are informed of changes and adhere to proper acknowledgment and modification procedures, which is standard in federal contracting practices.
    The document outlines a federal Request for Proposal (RFP) for the construction of the North Annex Emergency Operations Center and District Conference Room located in Rock Island, Illinois. The solicitation, identified as W912EK25BA001, estimates project costs between $5 million and $10 million, with a completion timeline of 365 days post-award. It emphasizes that bids must be submitted electronically by April 30, 2025, at 10:00 AM CST, and also highlights the small business set-aside for women-owned enterprises. The submission must include various bonding and performance guarantees, adhere to strict timelines, and comply with multiple federal regulations and clauses. The document also details the items needed for the project, including mobilization, demolition, structural work, and various mechanical and electrical upgrades. An organized site visit is not offered, but inquiries regarding the project must be submitted via ProjNet by April 14, 2025. Overall, this RFP is crucial for soliciting and securing competitive bids for the government project, aiming to improve emergency operation capabilities in the designated area while fostering participation from small and disadvantaged businesses.
    The document outlines the bid summary for the "Clock Tower – 1st Floor Annex EOC" project under IFB No. W912EK25BA001, with a bid submission deadline of April 30, 2025, at 11:00 AM Central via Webex. It includes two amendments and lists five bidders with their corresponding proposal amounts: Visionary Construction from Atlanta, GA ($3,420,635.00), Mantle Group from Worden, IL ($4,599,000.00), Collins Concrete from Davenport, IA ($4,972,000.00), Air Control from Clinton, IA ($5,146,955.00), and Addon Services from Hopkinsville, KY ($8,969,807.56). The government estimate for the project is $5,486,448.10. The document is signed by the contracting officer, Jeffrey R. Voss. This bid summary is critical in the public procurement process, allowing for assessment and decision-making regarding contractor selection for the project in accordance with federal guidelines.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information.
    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.
    183 CES Replace Security Forces Squadron Generator
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard, is seeking qualified contractors to replace the Security Forces Squadron generator at Building 25 in Springfield, Illinois. The project involves providing all necessary labor, materials, tools, and supervision to remove the existing deteriorated 50kW generator and install a new one, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside entirely for small businesses, has an estimated value between $100,000 and $250,000, with a duration of 240 days post-notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer via email for inquiries, and must register on SAM.gov to access the solicitation, which is expected to be issued in mid-July 2025.
    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.
    183 CES Demolish Buildings 12 & 13
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors for the demolition of Buildings 12 and 13 located in Springfield, Illinois. The project requires the contractor to provide all necessary labor, materials, tools, and supervision to safely demolish the structures, including the abatement of hazardous materials and site restoration to meet current codes and Department of Air Force Instruction requirements. This contract is set aside 100% for small businesses, with an estimated value between $250,000 and $500,000, and is expected to be awarded in mid-March 2025 following a pre-bid conference in February. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or 217-757-1265 for further details and ensure they are registered in SAM.gov to access the solicitation documents.
    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.
    Lake Traverse Bil Gate Repairs and Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Lake Traverse Bil Gate Repairs and Modernization project, which is set aside entirely for small business concerns. This procurement involves significant construction work categorized under NAICS Code 237990, with an estimated project value between $1,000,000 and $5,000,000, aimed at repairing and modernizing dam infrastructure. Bidders are required to submit their proposals electronically via the Solicitation Module of the PIEE suite, with detailed instructions and vendor registration information available online. Interested parties should contact Theodore Hecht at the provided email or phone number for further inquiries, and note that amendments to the solicitation have been made, including updates to specifications and bid deadlines.
    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.
    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.
    Clocktower Building 3rd Floor Office Furniture
    Dept Of Defense
    The U.S. Army Corps of Engineers, Rock Island District, intends to procure systems furniture for the 3rd Floor of the Clocktower Building from AllSteel Inc. on a sole source basis, citing the need for economy and efficiency as the new work is a logical follow-on to a previous Federal Supply Schedule order. This procurement falls under the NAICS code 337214, which pertains to Office Furniture (except Wood) Manufacturing, and is crucial for enhancing the office environment within the facility. Interested small business firms that believe they can meet the requirements are encouraged to submit a capability statement to the Contracting Officer, Eric J. Gaul, at eric.j.gaul@usace.army.mil by December 17, 2025, at 12:00 pm CST, as no competitive quotes will be solicited for this opportunity.