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
    MOTCO Rail Curves Package 2
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is soliciting bids for the MOTCO Rail Curves Package 2 project, which involves the removal and replacement of existing railroad curves at the Military Ocean Terminal Concord in California. The project scope includes the reconstruction and replacement of approximately 7,500 linear feet of rail, along with the repair or replacement of ties, rails, and other track hardware at multiple rail curves, specifically targeting curves 6, 11, and 12, while also including the demolition of curves 4 and 5. This work is critical for maintaining operational efficiency and safety at the terminal, adhering to standards set forth in UFC 4-860-01FA and the AREMA Manual for Railway Engineering. Interested contractors should reach out to Jessica Padilla at jessica.padilla@usace.army.mil or call 916-557-6783 for further details, and must ensure to submit their offers for each Contract Line Item Number (CLIN) as specified in the amendments.
    USACE SPK DBB Construction - Englebright Dam and Lake HQ Building and Maintenance Shop ?Smartsville, California.
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is seeking contractors for a Design-Bid-Build (DBB) construction project at Englebright Dam and Lake in Smartsville, California. The project involves the construction of a new single-story, 5,000 square-foot Headquarters building and a 4,200 square-foot maintenance shop, which will support USACE administrative, ranger, and maintenance staff, along with the demolition of existing structures and various site improvements. The estimated construction cost ranges from $10 million to $25 million, with a contract award anticipated by March 2026 and a completion timeline of 720 calendar days from the Notice to Proceed. Interested contractors should contact Antonina Beal at antonina.beal@usace.army.mil or Rachel L. Kinney at Rachel.Kinney@usace.army.mil for further information and ensure registration in the PIEE and SAM systems prior to bid submission.
    Dana Point West Breakwater Repair Project
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Dana Point West Breakwater Repair Project in California. The project involves the complete repair of the west breakwater at Dana Point Harbor, which includes replacing displaced armor stone, resetting existing stone, and dredging approximately 45,000 cubic yards of sediment for access, with the dredged material to be used for nearshore nourishment at Doheny State Beach. This construction project is significant for maintaining coastal infrastructure and ensuring environmental protection, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the tentative issue date for the Invitation for Bid is December 16, 2025, with a bid opening scheduled for January 19, 2026; inquiries can be directed to Ashley Powell or Patricia B Bonilla via their provided emails.
    DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Dept Of Defense
    The U.S. Army Corps of Engineers, Seattle District, is seeking interested business sources for the DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project located at Camp Pendleton, California. This opportunity involves a firm-fixed-price construction contract estimated between $25 million and $100 million, focusing on the renovation of a 140,000 sq ft warehouse and 19,000 sq ft of administrative facilities, with a construction period of approximately 18 months. Interested firms are required to submit a capabilities package by January 9, 2026, detailing their qualifications, past project experience, and potential for small business subcontracting, with all submissions directed to Briana Armstrong and Andrea Jackson via email. All interested parties must also be registered in the System for Award Management (SAM) to be eligible for contract award.
    Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
    Dept Of Defense
    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.
    FY26 San Francisco District Maintenance Dredging
    Dept Of Defense
    The U.S. Army Corps of Engineers, San Francisco District, is conducting a Sources Sought Synopsis/Request for Information (RFI) to identify potential sources for maintenance dredging services in various locations, including the San Joaquin River, Sacramento River, Oakland Harbor, and Richmond Harbor. The procurement aims to gather market research data to support future Invitation For Bids (IFB) contracts for dredging projects, with a focus on identifying qualified small businesses, including those that are HUBZone, Service-Disabled Veteran-Owned, Veteran-Owned, Certified 8(a), and Women-Owned. Interested parties are encouraged to submit their capabilities, experience, and relevant project examples by December 14, 2025, to the designated contacts, Logan Champlin and Mary Fronck, via email. The anticipated solicitation issuance dates for these projects are expected to range from April to July 2026, with a small business size standard set at $37 million under NAICS code 237990.
    Sacramento River Erosion Contract 3
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to solicit bids for the Sacramento River Erosion Contract 3. This contract involves construction activities related to the erosion control of the Sacramento River East Levee, categorized under the NAICS code 237990 for Other Heavy and Civil Engineering Construction. The project is critical for maintaining the integrity of the levee system, which plays a vital role in flood risk management and environmental protection in the region. Interested contractors can reach out to Julie Maxwell at julie.maxwell@usace.army.mil or by phone at 916-557-7989, or Jennifer Wheelis at Jennifer.l.wheelis@usace.army.mil or 916-616-5987 for further details regarding the pre-solicitation notice.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    W912PL26BA001 - Dana Point Breakwater Repair
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the complete repair of the west breakwater at Dana Point Harbor, California. The project involves replacing approximately 3,500 tons of displaced armor stone and resetting existing stone to ensure proper interlocking, along with the potential dredging of about 45,000 cubic yards of sediment for access, which will be used for nearshore nourishment at Doheny State Beach. This repair is crucial for maintaining the structural integrity of the harbor and supporting local marine environments. Interested contractors can reach out to Ashley Powell at ashley.s.powell@usace.army.mil or call 213-452-3241 for further details, and attendance at the project site visit is strongly encouraged.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project focuses on implementing automated systems to improve the accountability and monitoring of approximately 400,000 gallons of oil used in various equipment, thereby minimizing potential oil releases into the Columbia River and fulfilling environmental compliance requirements. The contract value is estimated between $1,000,000 and $5,000,000, with proposals due by December 15, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 3, 2025. Interested parties can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further information.