Renovation of Building 12 Picatinny Arsenal
ID: W912DS26RA004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW YORKNEW YORK, NY, 10278-0004, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the renovation of Building 12 at Picatinny Arsenal in New Jersey. This project is a total small business set-aside under NAICS code 236220, with an estimated contract value between $5 million and $10 million, and includes essential renovations along with the potential installation of an emergency generator. The procurement process emphasizes the importance of specialized experience and technical approach, with proposals due electronically by December 12, 2025, at 2:00 PM EST. Interested contractors should direct inquiries to Monica Coniglio at monica.n.coniglio@usace.army.mil or Matthew Lubiak at matthew.e.lubiak@usace.army.mil, and must adhere to specific submission guidelines and requirements outlined in the solicitation documents.

    Files
    Title
    Posted
    The provided file is empty, therefore, it is not possible to identify any main topics, key ideas, or supporting details. No summary can be generated from an empty document.
    This government RFP outlines the basis for awarding a Firm Fixed-Price contract through a Best Value Tradeoff process, prioritizing non-price factors (Specialized Experience/Past Performance and Technical Approach) equally to each other, and approximately equal to price (Factor 3) when combined. Proposals will be evaluated on a maximum of five recent and relevant construction projects, focusing on experience with server room infrastructure and projects over $2 million. Technical approach will be assessed for understanding of project execution, safety, quality control, and scheduling. The government intends to award without discussions, emphasizing complete and accurate initial submissions. Detailed instructions for electronic proposal submission, formatting, and content are provided, including specific requirements for financial information, bid guarantees, and handling adverse past performance.
    This government RFP outlines the basis for awarding a Firm Fixed-Price contract through a Best Value Tradeoff process, prioritizing non-price factors (Specialized Experience/Past Performance and Technical Approach) equally to each other, and approximately equal to price (Factor 3) when combined. Proposals will be evaluated on a maximum of five recent and relevant construction projects, focusing on experience with server room infrastructure and projects over $2 million. Technical approach will be assessed for understanding of project execution, safety, quality control, and scheduling. The government intends to award without discussions, emphasizing complete and accurate initial submissions. Detailed instructions for electronic proposal submission, formatting, and content are provided, including specific requirements for financial information, bid guarantees, and handling adverse past performance.
    The U.S. Army proposes a brand-name justification and approval (J&A) for other than full and open competition to procure HVAC chillers from Trane, Carrier, Daikin/McQuay, and York for Army garrisons in CONUS, Hawaii, and Puerto Rico. This initiative, under Control Number MICC 2022-30, aims to standardize chiller acquisition to one of these four manufacturers per garrison, reducing the current 54 different brands in inventory. The justification, citing FAR 6.302-1, is driven by Category Management to achieve cost savings and efficiencies in maintenance, training, and operational costs over the 15-year lifecycle of the chillers. The Army anticipates replacing approximately 621 chillers over the next five years, with projected savings resulting from reduced contracts, maintenance, replacement parts, and streamlined technician certifications and training. Efforts to obtain competition will focus on vendors authorized to procure, install, and maintain chillers from the selected manufacturers.
    This document outlines the security regulations and visitor pass requirements for Picatinny Arsenal, a federal installation. Visitors must present a printed pass along with valid identification (driver's license, registration, insurance) at the Visitor Control Center. They are subject to background checks via the federal NCIC system and may be searched upon entry, while on the installation, or upon exit, in accordance with Army Regulation 190-22 and federal law. The pass is valid for specified dates, and falsifying it is a federal crime. Picatinny Arsenal reserves the right to deny access. Sponsors are responsible for their visitors' actions, ensuring they are aware of all rules and possess the necessary identification and permissions, especially if they are not naturalized citizens or permanent residents.
    The Picatinny B12, Section 23 64 26, outlines detailed specifications for chilled, chilled-hot, and condenser water piping systems, encompassing design, installation, and materials. This document, relevant for government RFPs, emphasizes adherence to numerous industry standards from organizations like ANSI, ASME, ASTM, and AWS. Key aspects include specific requirements for copper tubing (Types L, M, K), valves (gate, globe, check, butterfly, plug, ball, balancing, mixing, regulating, relief, float, drain, air venting, vacuum relief), and piping accessories (strainers, cyclonic separators, flexible connectors, gauges, hangers, expansion joints). The project mandates rigorous submittal procedures for product data, test reports, and operation/maintenance manuals, with government approval required for critical items. Safety is paramount, with provisions for protecting personnel and proper handling/storage of materials. The document details precise installation procedures, including welding, directional changes, and various connection types (threaded, brazed, welded, grooved, flared). It also covers pump specifications, expansion and air separator tanks, and water treatment systems, explicitly prohibiting chromium-containing products. Electrical work, painting of new equipment with salt-spray resistance, and factory-applied insulation with fire-rating requirements are also detailed, ensuring a comprehensive and compliant approach to the piping systems.
    This document is a Request for Proposal (RFP) for the "Renovation of Building 12 Picatinny" project, issued by the U.S. Army Corps of Engineers. It is a 100% Small Business Set-Aside with a NAICS code of 236220 and a project magnitude of $5,000,000-$10,000,000. Proposals are due by 2:00 PM EST on November 10, 2025, and must be submitted electronically via email to Monica Coniglio and Matthew Lubiak. The scope includes basic renovations and an optional emergency generator, both under a Firm Fixed-Price arrangement. A mandatory site visit is scheduled for October 29, 2025, at Picatinny Arsenal, NJ. Offerors must provide a bid guarantee of 20% of the bid price or $3,000,000, whichever is less. The contractor must commence work within 5 calendar days of receiving a notice to proceed and complete the work within 455 days, with liquidated damages of $3,376.00 per day for delays. Detailed instructions for offerors, including electronic submission guidelines and various FAR/DFARS clauses, are provided, covering aspects like subcontracting limitations and performance bonds.
    Amendment 0001 for Solicitation W912DS26RA004, concerning the Renovation of Building 12 at Picatinny Arsenal, addresses several key changes and clarifications. The deadline for submitting questions has been moved to October 31, 2025, at 11:59 AM EST, and responses to submitted questions are now available. The site visit is tentatively postponed to November 4, 2025. The proposal response due time has been adjusted to 2:00 PM EST, November 10, 2025. Important updates include requirements for using revised Standard Forms for bid, performance, and payment bonds, and instructions for electronic proposal submission via email to specified contacts. The project is a 100% Small Business Set-Aside with a magnitude of $5-10 million. Contractors are responsible for hazardous material removal, including identified asbestos. A bid bond is required, and a 20% GC self-performance is mandated.
    This amendment to Solicitation Number W912DS26RA0040002 addresses questions and extends critical deadlines for a 100% small business set-aside project. The submission deadline for inquiries is extended to November 7, 2025, at 11:59 AM EST, and electronic proposal submissions are now due by November 17, 2025, at 2:00 PM EST. Key clarifications include requirements for letters of commitment for subcontractors, acceptance of CPARS evaluations for past performance, and details regarding the project's completion time (455 calendar days after Notice to Proceed). The amendment also confirms that project plans and specifications are Controlled Unclassified Information (CUI). The project involves renovation work for Building 12 at Picatinny Arsenal, with a magnitude range of $5,000,000 to $10,000,000, and is a one-phase, best-value tradeoff. Proposals must be emailed to Monica Coniglio and Matthew Lubiak, with a 25MB file size limit per email.
    This document, Amendment 0003 to Solicitation Number W912DS26RA004, addresses the renovation of Building 12 at Picatinny Arsenal. The amendment extends the electronic proposal submission deadline to December 1, 2025, at 2:00 PM EST, and confirms that the Request for Information (RFI) period closed on November 7, 2025. Key updates include answers to submitted RFIs, clarification on required bonds, and attachments of a site visit sign-in sheet and photos. The project is a 100% small business set-aside with a NAICS code of 236220 and a project magnitude range of $5,000,000-$10,000,000. Proposals must be submitted electronically via email to the specified contacts. This amendment also details instructions for electronic proposal submission, contractor responsibilities regarding CPARS and E-verify, and bond requirements, emphasizing the use of revised Standard Forms for bonds. Specific technical questions regarding the project scope, materials, and site access were also addressed, providing clarity on aspects like page limits for technical approaches, the need for a New Jersey Public Works Certificate, acceptable manufacturers for chiller and CRAC units, and requirements for quality and safety personnel.
    Amendment 0004 to Solicitation Number W912DS26RA004 for the Renovation of Building 12, Picatinny Arsenal, extends the electronic submission due date for proposals to December 12, 2025, at 2:00 PM. This amendment also provides answers to Requests for Information (RFIs) and includes a J&A attachment titled "FSH JA 2022_30 Approved HVAC Chillers JA 4 Dec 23_RedactedV6." It explicitly states that the RFI period closed on November 7, 2025, and no further questions are being accepted. Contractors must acknowledge receipt of this amendment to ensure their offers are not rejected.
    This government file, General Decision Number NJ20250038, details prevailing wage rates and labor requirements for building construction projects in Morris County, New Jersey, effective September 19, 2025. It outlines minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts subject to the Davis-Bacon Act, depending on the contract award or renewal date. The document provides specific hourly rates and fringe benefits for various construction trades, including asbestos workers, bricklayers, carpenters, electricians, elevator mechanics, power equipment operators, ironworkers, laborers, painters, plasterers, plumbers, roofers, sprinkler fitters, sheet metal workers, and truck drivers. Special conditions, such as additional pay for hazardous waste removal, work at heights, or specific tasks like welding, are also noted. It also references Executive Order 13706 for paid sick leave and details the process for wage determination appeals.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Powerhouse 1 and 2 DC Panel Board Replacement
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC panel boards at Powerhouse 1 and 2 located at Fort Peck Dam in Montana. This project entails the comprehensive replacement of specified electrical equipment, including the Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, with an estimated construction cost ranging from $1,000,000 to $5,000,000. The work is critical for maintaining the operational integrity of the powerhouses and ensuring compliance with safety and quality standards. Proposals are due by December 19, 2025, and interested contractors must register on SAM.gov to access solicitation documents and submit their bids electronically. For further inquiries, contact Marc Proietto at marc.proietto@usace.army.mil or Brandie Murphy at Brandie.L.murphy@usace.army.mil.
    Pre-notice of forth coming solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    BEJ Maintenance Compound Roof Replacements
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 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 or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield's lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and repaving of a section of the main runway, all while maintaining operational capabilities throughout the construction period. The estimated contract value ranges between $25 million and $100 million, with a total duration of 852 calendar days for completion. Proposals are due by December 10, 2025, and must be submitted electronically to the designated contacts, Jordan Moran and Nicholas P. Emanuel, who can be reached via email for further inquiries.
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Buyer not available
    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.
    FY26 Design Build / Design Bid Build General Construction East Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking qualified small businesses for a Design Build/Design Bid Build General Construction Multiple Award Task Order Contract (MATOC). This procurement aims to establish a 100% Small Business Set-Aside Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a total capacity of $350 million, intended for various construction projects within the Charleston District. The contract will encompass a three-year base ordering period with an option for an additional two years, allowing for task orders ranging from the simplified acquisition threshold up to $25 million. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by December 9, 2025, and interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045 for further information.
    EM-DTOS Bldg Roof Replacement Project
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the EM-DTOS Building Roof Replacement Project located in Old Hickory, Tennessee. This project is a Total Small Business Set-Aside firm-fixed-price construction contract, with an estimated value between $25,000 and $100,000, aimed at replacing the roof of the EM-DTOS building, which is crucial for maintaining the facility's operational integrity. Interested contractors must be registered in SAM and are required to submit their quotes by December 12, 2025, at 2:00 PM Central Time, following a site visit scheduled for December 3, 2025. For further inquiries, potential bidders can contact Kenyanna Jennings at kenyanna.l.jennings@usace.army.mil or Alison Abernathy at alison.t.abernathy@usace.army.mil.
    Multiple Award Task Order Construction Contracts (MATOC) at Tobyhanna Army Depot
    Buyer not available
    The Department of Defense is initiating a presolicitation for Multiple Award Task Order Construction Contracts (MATOC) at the Tobyhanna Army Depot (TYAD) in Pennsylvania. This procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for minor construction, repairs, maintenance, alterations, and emergency services, requiring contractors to provide all necessary labor, materials, and equipment. The contract is a total small business set-aside, with a magnitude between $25 million and $100 million, and the solicitation is expected to be issued around January 13, 2026. Interested contractors must be registered in SAM.gov and can contact Justin Marino at justin.m.marino2.civ@army.mil or Brian Souter at Brian.J.Souter.civ@army.mil for further information.
    Neville Island Area Office Renovations
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Pittsburgh District, is seeking qualified contractors for the renovation of the Neville Island Area Office in Pittsburgh, Pennsylvania. The project involves various construction tasks, including the demolition of interior walls, relocation of electrical and telecom outlets, installation of new finishes, and upgrades to lighting and flooring throughout the facility. This renovation is crucial for maintaining the functionality and safety of the office space, which supports the operations of the Army Corps. Interested contractors must respond to the Sources Sought Notice by December 8, 2025, with required information including company details and capabilities, and can contact Mario Dizdarevic at mario.dizdarevic@usace.army.mil for further inquiries.