USACE DBB CONSTRUCTION - DDJC TRACY WAREHOUSE 16-B COLUMN REPAIRS, TRACY, CA
ID: W9123825B0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Industrial Building Construction (236210)

PSC

REPAIR OR ALTERATION OF OTHER WAREHOUSE BUILDINGS (Z2GZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The U.S. Army Corps of Engineers, Sacramento District, is soliciting bids for the repair of fourteen spalled concrete columns at the Defense Distribution Depot in Tracy, California, under the project titled "USACE DBB CONSTRUCTION - DDJC TRACY WAREHOUSE 16-B COLUMN REPAIRS." The project involves critical structural restoration tasks, including temporary shoring, installation of new footings, and steel columns to ensure the facility's integrity, with a focus on minimizing disruptions during repairs. This initiative is vital for maintaining operational safety and compliance with federal standards, particularly in light of seismic performance requirements. Interested contractors must submit sealed offers by January 31, 2025, with an estimated construction value between $1 million and $5 million, and can direct inquiries to Gilbert Coyle at gilbert.coyle@usace.army.mil or Melissa Denigris at MELISSA.A.DENIGRIS@USACE.ARMY.MIL.

    Files
    Title
    Posted
    The DDJC Warehouse 16 Column Repairs project focuses on the restoration of fourteen spalled concrete columns at the Defense Distribution Depot in Tracy, CA. Key tasks include providing temporary shoring, installing new footings, and steel columns to ensure structural integrity. The primary work area will remain occupied during repairs, necessitating careful planning to minimize disruptions. Compliance with military security protocols and safety regulations is mandatory for all personnel, including initial training and identification requirements. The contract outlines detailed scheduling requirements, emphasizing the use of Primavera software for project management and compliance with procurement activities, approvals, and progress documentation. Overall, this project demonstrates a commitment to maintaining safety and operational continuity while enhancing facility infrastructure.
    The document outlines the structural repair specifications for Warehouse 16 at the Tracy Army Depot, focusing on compliance with engineering standards and quality control measures. Key components include the requirement for deferred submittals by the contractor, such as steel fabrication drawings and concrete mix designs. Compliance with specified materials strengths is emphasized, alongside the need for special inspections governed by established standards. The contractor must verify dimensions before construction and ensure that any variations are reported. Details on loading limits, concrete properties, and reinforcement requirements, including testing procedures, are thoroughly outlined. Specific guidelines for embedding anchors, curing times, and protections against environmental conditions during construction are also included. Moreover, the document specifies the importance of adhering to the International Building Code and the U.S. Army Corps of Engineers regulations. The emphasis on thorough inspections and the need for certified personnel reinforces the commitment to high-quality work adhering to safety standards. This comprehensive approach reflects the federal government's commitment to maintaining structural integrity and safety in military facilities.
    The Tracy Defense Logistics Agency (DLA) Warehouse 16 Structural Study is initiated to address the structural integrity of Warehouse 16-B at the Defense Distribution Depot, San Joaquin. The study aims to investigate the cause of concrete column failures and offer thorough engineering evaluations, repair recommendations, and cost estimates. The warehouse, constructed in 1969, employs reinforced concrete shear walls and a steel framing system. As reported, issues stem from thermal expansion impacting existing connections, leading to life safety concerns during seismic events. Remedial measures include designing upgraded seismic ties and confinement for concrete columns without major alterations to the current lateral load systems, thus avoiding regulatory limits for structural alterations. The document enumerates adherence to several structural codes and guidelines such as ASCE 7-16, ensuring the safety and compliance of the existing structure. Overall, this project seeks to ensure Warehouse 16-B remains operational and safe for personnel while addressing critical seismic performance standards in compliance with federal mandates.
    The document outlines the requirements for preconstruction submittals related to the DDJC WH Column repairs project. It includes a comprehensive list of necessary documentation, such as contact personnel, location maps, progress photos, and various scheduling updates. Key components include a submittal register documenting contractor actions, reports on safety and compliance, and plans for accident prevention, quality control, and waste management. Specific forms such as Critical Lift Plans and Hot Work Permits are required for construction safety. It also emphasizes the importance of regular reporting, including verification statements and compliance with cybersecurity measures. Additionally, the closeout submittals encompass as-built drawings and warranty management plans, ensuring proper project completion. The file serves as a vital resource for contractors involved in public sector projects, ensuring adherence to local, state, and federal regulations throughout the construction process.
    The document appears to be a corrupted or illegible file that highlights issues with coherence and clarity, making it difficult to extract meaningful information. However, amidst the disorganization, the context relates to federal and state RFPs, potentially addressing funding opportunities or grant applications. It seems to include fragmented topics about funding processes, compliance, and safety guidelines relevant to government funding initiatives. While the intent may suggest procedural operations regarding grants or project funding within federal or local frameworks, the lack of coherent details prevents a comprehensive summary. A structured approach to handling anomalies within government documents would likely be critical for stakeholders seeking clarity on available funding opportunities and regulatory proceedings.
    The Pre-Award Survey document serves as a comprehensive questionnaire aimed at assessing construction contractors prior to awarding contracts for federal, state, or local projects. It gathers critical information across several sections. The primary focus is on contractor data, detailing organizational structure, payroll personnel, owned equipment, financial metrics, and previous project experience. Key components include: 1. **Contractor Information**: Basic details about the firm, including its name, organizational type, and key personnel. 2. **Financial Data**: Current assets and liabilities, net worth, and financial stability as of a specified date. 3. **Experience**: A catalog of completed projects over the past six years, particularly those with values exceeding $10 million, alongside ongoing and committed projects. 4. **Equipment and Technical Capabilities**: An inventory of owned equipment and its status in relation to current contracts. The structure of the document ensures that government agencies can evaluate a contractor's reliability and suitability for the anticipated work, facilitating informed decision-making in the procurement process. Overall, this Pre-Award Survey is integral to ensuring compliance and quality in government contracting practices.
    The document outlines the details for a pre-proposal site visit for the W16B Column Repairs under USACE Solicitation W9123825B0004. Scheduled for January 8, 2025, from 0900 to 1100 hours at the Defense Distribution San Joaquin (DDJC) in Tracy, California, the event mandates prospective bidders to register through the DBIDS pre-enrollment portal three days in advance. Participants must arrive at the Visitor Control Center, acquire an access badge if lacking a Common Access Card, and will be escorted to the project location. Attendees are advised to wear work boots and arrive punctually, as no inquiries will be addressed during the visit; all questions should be directed according to the provided bidder inquiry process. This site visit is crucial for bidders to assess the project scope and logistics firsthand, reinforcing the federal government's structured approach to contractor engagement and procurement processes.
    The document outlines access procedures for personnel at the DDJC Tracy military installation. It emphasizes that employees must voluntarily submit personal identification information, including full legal names, driver's license numbers, and, for non-citizens, "A" numbers from Resident Alien Cards, for background checks by base law enforcement. Adverse findings from these checks may lead to denied access. Contractors must pre-register employees through the Defense Biometric Identification System (DBIDS) and the contractor worksheet must be submitted at least three business days in advance. Badges for access are issued at a designated security office, and any changes to personnel rosters must be communicated with sufficient notice. Contact information for government sponsors, Sergio Campos and David Ramirez, is provided for further inquiries. This document ensures security compliance and efficient processing of personnel access to the installation.
    The 2024 Visitor Information document serves as an essential registration form for individuals visiting specific government facilities. It collects important details about each visitor, including personal information such as full name, state, date of birth, arrival and departure dates, shift details, and the company they represent. Additional requirements include a confirmation code from the Defense Biometric Identification System (DBIDS), citizenship status, a driver's license number, and visitor type classification. This document facilitates organized visitor management and enhances security protocols within federal and local government settings. The information gathered aids in monitoring visitor access and ensures compliance with relevant regulations. Overall, this form is a critical tool in managing guest access and maintaining safety in government facilities.
    The document details a competitive solicitation issued by the U.S. Army Corps of Engineers, Sacramento District, for the repair of fourteen columns at the DDJC Tracy facility. The project encompasses three corbel style repairs and eleven column style repairs, with an estimated construction value between $1 million and $5 million. The contract requires bidders to submit sealed offers by January 31, 2025, with performance expected to commence within ten calendar days of award and complete within 365 days. The invitation emphasizes the necessity for performance and payment bonds and presents a firm, fixed-price contract structure. In addition to the submission requirements, including completed forms and bid guarantees, the document outlines several clauses and conditions relevant to bidding and contracting, such as site visit details and inspection requirements post-construction. The project reflects the government's ongoing commitment to maintaining infrastructure while adhering to strict federal contract protocols.
    Similar Opportunities
    Paint Exteriors of warehouses
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking a contractor to paint the exteriors of warehouses 14, 15, 17, and 18 at DLA Distribution San Joaquin CA (DDJC), Tracy Site, 25600 South Chrisman Rd, Tracy, CA 95304. The project includes repainting various surfaces such as concrete walls, metal piping, gutters, railings, doors, siding, ladders, and more. The contractor must also replace damaged caulking and sealant, abrasive strips on concrete dock stairs, and dispose of lead-based paint if necessary. The work must be completed within 240 calendar days from the Notice to Proceed (NTP) and during regular working hours. This procurement is set aside for small businesses, with a size standard of $15,000,000. The estimated construction effort is between $1,000,000.00 and $5,000,000.00. The Invitation for Bid (IFB) is tentatively scheduled to be issued around July 28, 2016, and a pre-proposal/site visit will be conducted. Prospective offerors must be registered in the System for Award Management (SAM) Database. The lowest responsive, responsible bidder will be awarded the contract.
    USACE SPK DBB Construction - Sacramento River Erosion Contract 5 Pioneer Bridge Levee Improvements- Sacramento, California
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the Sacramento River Erosion Contract 5, which focuses on levee improvements at Pioneer Bridge in Sacramento, California. This project falls under the category of Other Heavy and Civil Engineering Construction, specifically aimed at enhancing the structural integrity of the levee to mitigate erosion risks. The contract is set aside for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracting opportunities. Interested parties can reach out to Melita Doyle at Melita.s.doyle@usace.army.mil or by phone at 19165571077 for further details, while Melissa A. DeNigris is also available at Melissa.A.DeNigris@usace.army.mil or 9165575137 for additional inquiries.
    Design-Build Maintenance and Repair Army Reserve (MRAR) Army Reserve Center (ARC) Building 662 - Sacramento, CA
    Buyer not available
    The Department of Defense is seeking contractors for the Design-Build Maintenance and Repair of the Army Reserve Center (ARC) Building 662 located in Sacramento, California. This project involves comprehensive construction services under the NAICS code 236220, focusing on the repair or alteration of miscellaneous buildings as classified by the PSC code Z2JZ. The opportunity is set aside for small businesses, emphasizing the importance of engaging local contractors to fulfill the needs of military facilities. Interested parties should contact Alex Hamilton at alex.j.hamilton@usace.army.mil for further details, as the presolicitation notice indicates a commitment to supporting small business participation in federal contracting.
    Multiple Award Indefinite Delivery Indefinite Quantity (ID/IQ) Construction Contract for DLA Distribution San Joaquin, California (DDJC)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking contractors for a Multiple Award Indefinite Delivery Indefinite Quantity (ID/IQ) Construction Contract at DLA Distribution San Joaquin, California (DDJC). This procurement is set aside for small businesses and aims to provide construction services related to commercial and institutional building construction, specifically focusing on the repair or alteration of warehouse buildings. The contract is crucial for maintaining and enhancing the operational capabilities of the distribution center, ensuring efficient logistics support. Interested parties can reach out to Paul Holbert at paul.holbert@dla.mil or 717-770-7492, or Benjamin Bailey at benjamin.bailey@dla.mil or 717-770-5390 for further information.
    Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the construction of a KC-46A Two-Bay Maintenance Hangar at March Air Reserve Base in California. This Design-Bid-Build project encompasses the construction of a hangar approximately 156,585 square feet in size, along with associated infrastructure improvements, including mooring points and re-striping of areas. The project is vital for enhancing military readiness and operational capabilities, accommodating maintenance operations for the KC-46A aircraft while adhering to strict environmental and safety standards. Interested contractors should note that the estimated project cost ranges from $100 million to $250 million, with proposals due by March 25, 2025. For further inquiries, contact Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil.
    Design-Build Maintenance and Repair Army Reserve (MRAR) Area Maintenance Support Activity (AMSA) - 98, Sacramento , CA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Design-Build Maintenance and Repair of the Army Reserve Area Maintenance Support Activity (AMSA) - 98 located in Sacramento, California. The procurement aims to provide comprehensive maintenance and repair services for institutional buildings, ensuring they meet operational standards and requirements. This opportunity is particularly significant as it supports the ongoing functionality and readiness of Army Reserve facilities, which play a crucial role in national defense. Interested small businesses are encouraged to reach out to Bonny Dylewski at bonny.c.dylewski@usace.army.mil for further details, as this contract is set aside for total small business participation under FAR 19.5.
    Troy Lock (AFO) Mooring Pier
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair and upgrade of the Troy Lock (AFO) Mooring Pier located in Albany, New York. The project involves significant structural repairs, including the replacement of deteriorating timber fenders, reinforcing structural components, and addressing various deficiencies identified during inspections. This initiative is crucial for maintaining the safety and functionality of a key infrastructure asset on the Hudson River, ensuring it meets federal standards for hydraulic structures. Interested small businesses must submit their bids by March 11, 2025, with a project magnitude estimated between $1 million and $5 million. For further inquiries, bidders can contact Denisse M. Soto at denisse.m.soto@usace.army.mil or Mohenda R. Surage at mohenda.r.surage@usace.army.mil.
    Cannelton Fixed Weir Repair
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the Cannelton Fixed Weir Repair project located at the Cannelton Locks & Dam in Indiana. The project aims to address critical repair needs of the fixed weir structure, including the demolition and replacement of concrete caps affected by delamination, while ensuring access to the hydroelectric power plant throughout the construction process. This initiative underscores the federal commitment to maintaining essential hydroelectric facilities and adhering to environmental and safety standards. Interested contractors must submit price proposals ranging from $250,000 to $500,000 by March 12, 2025, and are required to register in the SAM database. For further inquiries, contact Joel Huberman at joel.huberman@usace.army.mil or call 502-315-7409.
    PKA - Repair Flightline Gates Travis AFB, CA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of flightline gates at Travis Air Force Base, California. This project, classified as a Firm-Fixed Price contract, is exclusively set aside for small businesses and involves the demolition of existing gate components, installation of new rail-driven gate operators, and integration of updated security features. The estimated contract value ranges from $500,000 to $1,000,000, with sealed bids due by 11:00 AM on April 4, 2025, and inquiries for clarification must be submitted by March 17, 2025. Interested contractors can reach out to Karly Zamiar at karly.zamiar@us.af.mil or Rory Gardner at rory.gardner@us.af.mil for further information.
    Mobile Crane Inspection and Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for mobile crane inspection and repair services at the Sierra Army Depot in Herlong, California. The contract requires comprehensive diagnostics and repairs for a Terex Model AC200-1 mobile crane, emphasizing the need for qualified contractors to provide labor, materials, and compliance with industry standards. This procurement is crucial for maintaining military infrastructure and ensuring operational readiness, with a total small business set-aside to encourage participation from small and veteran-owned businesses. Proposals must be submitted by 10:00 AM on March 31, 2025, and interested parties can contact Justin Lyu at justin.y.lyu.civ@army.mil or Tracy Worrell at tracy.e.worrell.civ@army.mil for further information.