ENCON International, Inc. submitted an Asbestos & Lead Survey Report for Fort Bliss Building #2416 on June 5, 2008. The survey, conducted on June 23, 2008, aimed to assess the presence of asbestos and lead-based paint prior to demolition or renovation activities, in compliance with NESHAP 40 CFR Part 61, Subpart M, and Texas Asbestos Health Protection Rules. The visual inspection and analysis of 138 samples revealed no asbestos-containing materials. However, 22 out of 111 XRF readings indicated lead levels at or above the 0.3 mg/cm² limit. The report concludes that no further asbestos assessment is needed unless suspect materials are found during future activities. This report is crucial for ensuring safety and regulatory compliance during the upcoming renovation of the 38,527 square foot military personnel housing building.
R & A Consultants, Corp. conducted a partial asbestos and lead-based paint inspection at Building 2416, Fort Bliss, Texas, specifically in rooms 208, 209, 211, and the 2nd-floor hallway. This survey, performed on October 2, 2006, aimed to identify hazardous materials prior to planned renovations, complying with EPA and Texas regulations. Suspect materials like wall paper, floor tiles, mastic, sheetrock, and joint compound were sampled for asbestos, while a Niton 701A XRF analyzer was used for lead paint detection. The analysis revealed no asbestos-containing materials (exceeding 1%) and no detectable lead paint in the inspected areas, thus ensuring compliance and safety for the upcoming renovation project.
This document addresses questions regarding Buildings 2413 and 2416, likely in the context of a government RFP or project. Key points clarified include that coring samples are not permitted, and as-built drawings are unavailable from DPW. Importantly, both buildings share identical specifications, and the roofing for both must be TPO (Thermoplastic Polyolefin) of at least 72 mil thickness.
This Invitation for Bids (IFB) W911SG-25-B-A042, issued by MICC-Fort Bliss, seeks bids for the Building 2416 Roof Replacement project at Fort Bliss, TX. This is a competitive set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a NAICS code of 238160 and a small business size standard of $19 million. The estimated construction magnitude is between $1,000,000 and $5,000,000. Bids are due by 09:30 AM MDT on September 4, 2025, and must be submitted as one hard copy volume. A bid guarantee is required, and performance and payment bonds are mandatory. A pre-bid conference and site visit are scheduled for August 14, 2025, at 9:00 AM MDT. All questions must be submitted in writing via email by August 21, 2025, 10:00 AM MDT. The contract will be a Firm-Fixed-Price (FFP) and requires the awardee to provide a superintendent on-site. The solicitation incorporates various FAR and DFARS clauses, including specific requirements for bid content, bidder qualifications, and System for Award Management (SAM) registration. Wage determinations for El Paso County, Texas, construction projects are provided, noting minimum wage rates and fringe benefits for various labor classifications.
The document is an Invitation for Bids (IFB) for the Building 2416 Roof Replacement project at Fort Bliss, TX, designated as a competitive set-aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB). The project involves repairing/replacing the roof of Building 2416 with TPO of at least 72 mil thickness. The estimated construction magnitude is between $1,000,000 and $5,000,000. Bids are due by September 4, 2025, at 09:30 AM MDT, with a mandatory bid guarantee and performance and payment bonds required. A pre-bid conference and site visit are scheduled for August 14, 2025. All communications and bid submissions must adhere to strict procedures, including specific content for hard copy submissions. The contract will be Firm-Fixed Price (FFP), and the awardee must provide a superintendent. Wage rates are governed by Wage Determination TX20250245 for El Paso County.
This government file details an amendment for Solicitation Number W911SG-25-B-A042, "Building 2416 Roof and Room Repairs," issued by MICC-FT BLISS. The amendment incorporates RFI questions and answers, adds/removes specific clauses (e.g., 52.225-25, 52.232-39, 52.232-40, 52.233-4, 52.244-6 added; 52.236-28 removed), and updates hyperlinks. Key changes include updated attachments for the Statement of Work and the addition of Asbestos and Lead Surveys and RFI responses. The project involves replacing the roof of Building 2416 with a 72 mil TPO system, solar panel removal, and gutter replacement. It is a competitive set-aside for Service-Disabled Veteran-Owned Small Businesses. Bids are due by September 2, 2025, with a pre-bid conference on August 14, 2025. Contractors must adhere to strict submission guidelines, including hard-copy bids and specific document requirements (e.g., SF 1442, bid bond, subcontractor list, digitally signed drawings). The document also outlines comprehensive requirements for key personnel (Project Manager, Superintendent, SSHO/QCM), environmental compliance (asbestos, lead-based paint, waste management), and safety protocols, emphasizing adherence to federal, state, and local regulations.
This government Statement of Work (SOW) outlines the requirements for a roof replacement project at Building 2416, Fort Bliss, Texas. The project involves removing the existing roofing system and installing a new 72 mil TPO roofing system with R-38 insulation and 5/8-inch glass-mat roof board, adhering to a 30-year warranty for 120 mph wind speeds. Crucially, existing solar panels must be carefully removed and handed over to the Department of Public Works (DPW) for storage. The SOW emphasizes compliance with Unified Facilities Criteria (UFC), International Code Council (ICC), NFPA 101, and Architectural Barriers Act (ABA) codes, along with all local, state, and federal regulations. The contractor is responsible for providing all labor, materials, and services, ensuring work is completed safely and on schedule within 120 calendar days of the Notice to Proceed. Key personnel, including a Project Manager, Superintendent, Site Safety and Health Officer (SSHO), and Quality Control Manager (QCM), are required to have specific experience and certifications. The document also details comprehensive requirements for environmental protection, including handling of asbestos and lead-based paint, waste management, and adherence to noise control regulations. Safety protocols, such as an Accident Prevention Plan (APP) and Activity Hazard Analysis (AHA), are mandatory, along with strict quality control measures to ensure compliance with project specifications.
The Statement of Work (SOW) for the Roof Replacement project at Fort Bliss, Texas, outlines the requirements for replacing the existing roof of Building 2416 with a new 72 mil TPO roofing system, including insulation and necessary structural adjustments. The project emphasizes compliance with Unified Facilities Criteria and mandates the removal and safe storage of existing solar panels. It specifies a performance period of 120 calendar days upon issuance of the Notice to Proceed and indicates that the building will remain occupied during construction.
Key elements include comprehensive safety and environmental guidelines, adherence to local, state, and federal regulations, and management strategies for hazardous materials like asbestos and lead. The document details expected contractor responsibilities, including providing qualified personnel, maintaining a clean job site, and ensuring quality control throughout the project. Furthermore, safety measures and quality oversight are integral components, focusing on the prevention of accidents and assurance of compliance with the construction design.
This SOW serves as a crucial framework guiding contractors on requirements and expectations while ensuring regulatory adherence, safety protocols, and environmental considerations essential for government projects.
This document outlines the Invitation for Bids (IFB) W911SG-25-B-A042 for the repair/replacement of the roof at Building 2413 on Pershing Rd, Fort Bliss, TX. This solicitation is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will result in a Firm Fixed Price (FFP) contract awarded based on price. A non-mandatory pre-bid conference and site visit are scheduled for August 14, 2025, at 9:00 AM MDT, with attendance limited to two representatives per company. All questions must be submitted in writing via email by August 21, 2025, 10:00 AM MDT. Bids must be submitted in hard copy only by September 4, 2025, 09:30 AM MDT, at Building 111, Room 220, Fort Bliss, TX. Electronic submissions are not authorized. Bidders must be registered in the System for Award Management (SAM) database and provide specific documentation in their bids, including a cover sheet, SF 1442, pricing, bonding company letter, bid bond guarantee, subcontractor list, representations and certifications, and digitally signed drawings. Failure to provide required documentation will result in a non-responsive bid.
The General Decision Number TX20250245 outlines prevailing wage rates for building construction projects in El Paso County, Texas, effective June 13, 2025. This document, relevant for federal government RFPs and grants, details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for covered contracts, specifying different rates based on contract award dates and renewals. It also lists specific wage and fringe benefit rates for various trades, including boilermakers, electricians, plumbers, and laborers, along with details on how to interpret union and survey rate identifiers. The document also provides information on the appeals process for wage determinations and outlines requirements for paid sick leave for federal contractors under Executive Order 13706.