Winhall Brook Campground Restroom Renovation, Ball Mountain Lake, Londonderry, VT.
ID: W912WJ25BA001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)

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 bids for the renovation of restroom facilities at the Winhall Brook Campground located in Londonderry, Vermont. The project involves the renovation of three restroom facilities that were damaged during storms in July 2023, requiring updates to fixtures, interior spaces, and the construction of new shower stalls, which will necessitate alterations to the roofline. This renovation is crucial for restoring public amenities and enhancing visitor experiences at the campground, with an estimated project cost between $500,000 and $1,000,000. Interested contractors, particularly small businesses, must submit their sealed offers by April 29, 2025, and can direct inquiries to Ann Adley at ann.m.adley@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further details.

    Files
    Title
    Posted
    The document outlines plumbing plans and specifications for restroom renovations at three campgrounds—Winhall Brook, All Brook, and Northside—managed by the U.S. Army Corps of Engineers in the New England District. It includes detailed piping diagrams and service utility plans indicating various pipe sizes and configurations for domestic water and sanitary systems. Specific components like cleanouts and vents are identified, supporting the installation of new plumbing fixtures, including water closets, urinals, and staff sinks. The renovation aims to modernize restroom facilities while ensuring compliance with U.S. Army Corps of Engineers standards. The drawings specify materials and installation methods, noting critical dates for submission and design checks. The project's objectives align with government initiatives to improve infrastructure and public facilities, reflecting a commitment to environmental safety and regulatory adherence. Overall, the plans are structured to facilitate effective construction and operation of the upgraded restroom facilities, contributing to enhanced visitor experiences at the campgrounds.
    The document outlines the abstract of offers for a construction project involving restroom renovations at Winhall Campgrounds in Ball Mountain Lake, Vermont. Issued by the U.S. Army Engineer District, New England, the solicitation aims to gather bids from contractors. Key details include the solicitation number, opening dates, and certified offers received from various contractors. The two main projects—Northside and Lower South Restroom Renovations—feature estimated bids from several offerors, with the total estimated costs for base and optional items reaching approximately $985,748. The summary also indicates that this project has a small business set aside, emphasizing the inclusion of smaller contractors in federal procurement. The certifying official, Erin E. Bradley, confirms the accurate recording of the bids and their acknowledgment of amendments. The overall purpose of the document is to facilitate transparency and accountability in the contracting process for public infrastructure improvements, adhering to government standards for procurement and project execution.
    The document outlines the federal solicitation W912WJ25BA001 for restroom renovations at the Winhall Brook Campground located in South Londonderry, Vermont. It details project specifications, bid submission instructions, and contracting requirements aimed at small businesses, with a project estimated to cost between $500,000 and $1,000,000. The contractor is mandated to complete the work within a specified time frame; a pre-bid site visit is scheduled, emphasizing the importance of firsthand evaluation of work conditions. Key bidding requirements include the submission of sealed offers, performance and payment bonds, and other compliance certifications through the Procurement Integrated Enterprise Environment (PIEE). The solicitation encourages contractors to ensure registration in the System for Award Management (SAM) and outlines mandatory compliance with federal standards, including the Buy American Act and construction wage rate requirements. The document's structure encompasses sections for solicitation details, bidding schedules, instructions for bidders, and requirements specific to representations and certifications necessary for federal contracting. Overall, this RFP emphasizes transparency, compliance, and proper project execution procedures in contexts of federal grants and contracts.
    This document serves as an official amendment to a federal solicitation, specifically amending solicitation number W912WJ25BA001 due to be submitted on 20 March 2025. It outlines necessary procedures for offerors to acknowledge receipt of the amendment, with options including returning copies of the amendment or confirming receipt within submitted offers. Additionally, adjustments may be made to previously submitted offers through written or electronic communication referencing the amendment. The amendment also details the modification of contracts/orders, referencing the federal regulation FAR 43.103(b). Furthermore, the amendment describes changes that remain unaffected in terms and conditions from the original document, aside from those specified. A significant highlight of this amendment is the inclusion of participant names from a site visit held on March 19, 2025, indicating the ongoing engagement with contractors and stakeholders in the procurement process. This document demonstrates adherence to procedural requirements in federal procurement and maintains transparency in the amendment process for all involved parties.
    The document pertains to Amendment 0002 of a federal solicitation concerning a construction project. This amendment extends the deadline for submission of offers and outlines the requirements for acknowledging receipt of the amendment. It reiterates that offers must be formally modified to reflect changes and provides a summary of responses to various Requests for Information (RFIs) related to the project specifications. Key highlights include clarification on project signage, transformer replacement, staffing qualifications, and existing wood replacement particulars on restroom facilities. It also discusses the anticipated completion timeline for related bridge work, indicating coordination between projects. This amendment is significant for potential contractors seeking to comply with updated requirements and timelines, reinforcing the importance of adherence to the specific terms to avoid offer rejection. Overall, it serves to ensure transparency and effective communication regarding project specifications and contractual obligations.
    This document is an amendment to a federal solicitation, extending the date for receipt of offers and detailing how contractors must acknowledge receipt of the amendment. It discusses options for offer changes and outlines required actions if amendments are made to contract orders. The document addresses the implementation of Executive Orders 14148 and 14173, which focus on rescinding harmful orders and restoring merit-based opportunities in federal contracting. The amendment modifies specific clauses related to apprentices and trainees, waste reduction, and sustainable products. Notably, it incorporates class deviations which take precedence over standard clauses and eliminates certain references to sustainability actions. Overall, the amendment helps ensure compliance with updated federal executive directives while maintaining other contractual terms and conditions unchanged.
    The document details Amendment 0004 to a federal solicitation, specifically extending the bid due date for a construction project. The amendment addresses responses to Requests for Information (RFIs) and modifies certain technical specifications within the contract. The new bid due date is now set for April 22, 2025. Key adjustments include clarifications on various project details, such as the use of existing sanitary drain strainer caps, specifications for exterior wall hydrants, and the acceptability of bottom discharge toilets matching existing models. Additionally, it confirms that no new signage is required and specifies that epoxy flooring is only necessary in restroom areas. The amendment provides a structured approach to ensure contractors acknowledge the changes and comply with submission requirements to maintain the integrity of the solicitation process. Ensuring clear communication and adherence to the revised timelines underscores the efficiency of the procurement process.
    This document outlines Amendment 0005 to a federal solicitation, primarily aimed at providing updates to contractors regarding changes in timelines and responses to Requests for Information (RFIs). The amendment extends the offer submission due date from April 22, 2025, to April 29, 2025, while also establishing an RFI deadline of April 23, 2025, at 2:00 PM Eastern Time. The amendment does not alter any other terms or conditions of the original solicitation. Key inquiries and responses concerning the project are summarized, clarifying that all receptacles must be GFCI protected, existing electrical systems will be entirely replaced, and new LED lighting fixtures are mandated in bathrooms. The amendment emphasizes that a thorough investigation of existing circuits for defects is unnecessary as new systems will be installed. Furthermore, it confirms the completion of other associated renovation work under Option #0003. The document serves as a critical update within the context of federal procurement and contracting processes.
    The document is an amendment to a federal solicitation for a project managed by the U.S. Army Corps of Engineers. It addresses modifications regarding the submission and acknowledgment of offers, detailing the procedures for making changes to bids in response to the amendment. The main purpose is to provide responses to Requests for Information (RFIs) for the renovation of restroom facilities, clarifying technical requirements and compliance with codes such as NFPA 70. Key responses address specifications for damp/wet locations, fan requirements, power needs for toilets, licensing regulations for subcontractors, and asbestos presence in existing structures. The amendment confirms that previous terms remain unchanged and provides a clear directive for contractors regarding project specifications and health safety compliance. The overall document emphasizes procedural adherence and the importance of addressing identified questions to ensure clarity for potential bidders.
    Similar Opportunities
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including demolition, hazardous material handling, and various upgrades to architectural, mechanical, and electrical systems. The project is critical for maintaining operational capabilities at the base and ensuring compliance with safety and environmental standards. Interested contractors should note that the due date for bids has been extended to December 15, 2025, and must contact Charity Mansfield at charity.a.mansfield@usace.army.mil or 502-315-6925 for further details.
    Gull Lake Self-Contained Flush Vault Restroom
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is planning to solicit bids for the Gull Lake Self-Contained Flush Vault Restroom project in Brainerd, Minnesota. This project entails the removal and disposal of an existing vault toilet building and the installation of a new prefabricated, pre-cast concrete, self-contained flush vault restroom along with its associated vault. The contract, which is set aside for small businesses, is valued between $250,000 and $500,000 and will be awarded as a firm fixed-price contract through an Invitation for Bid (IFB) process. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Roberta L. Just at roberta.l.just@usace.army.mil or 651-290-5375 for further information.
    JHK Erosion Control
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 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 May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Construction Services for Bar Harbor Breakwater Repair Project, Bar Harbor, Maine
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking bids for the Bar Harbor Breakwater Repair Project located in Bar Harbor, Maine. The project involves repairing two significant sections and several minor areas of a historic rubble mound breakwater that has sustained storm damage since its construction between 1889 and 1916. This repair work is crucial for maintaining the structural integrity of the breakwater, which extends approximately 2,500 linear feet and is essential for coastal protection in the area. Interested contractors should note that the solicitation will be available around October 2025, with construction anticipated to begin in the spring of 2026, and the estimated construction cost ranges from $10 million to $25 million. For further inquiries, contact Kayla Gonsalves at kayla.gonsalves@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    USPFO Hazardous Material Building Repair
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project entails significant renovations, including the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and replacement of hazardous material signage, all to be completed within 90 calendar days of the Notice to Proceed. This procurement is crucial for maintaining safety and compliance with federal and territorial building codes, ensuring the facility meets operational standards. The estimated contract value is $45 million, and interested small businesses must direct inquiries to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868, with a site visit scheduled for December 16, 2025.
    Reconstruction of Thayer Hall at the United States Military Academy, West Point, New York
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking qualified contractors for the reconstruction of Thayer Hall, a General Instruction Facility at the United States Military Academy in West Point, New York. This project, part of the Academic Building Upgrade Program, aims to modernize academic facilities and address a significant shortage of instructional space by demolishing a 1955 addition and preserving the original 1911 structure, ultimately creating a state-of-the-art facility with various academic and administrative spaces. The estimated construction cost exceeds $500 million, with a planned solicitation in Summer 2026 and demolition/reconstruction commencing in early 2027. Interested firms are encouraged to submit their capabilities packages by December 23, 2025, to Brian Mannion at brian.t.mannion@usace.army.mil.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.