Long Branch Lake Administration Building Concrete and Sidewalk Replacement
ID: W912DQ24Q1070Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST KANSAS CITYKANSAS CITY, MO, 64106-2896, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

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 (USACE), is soliciting bids for the replacement of concrete sidewalks and tuckpointing at the Long Branch Lake Administration Building in Macon, Missouri. This project involves the demolition, removal, and replacement of select concrete slabs and sidewalks, along with minimal mortar removal and replacement due to existing cracks. The contract is a total small business set-aside, with an estimated value between $25,000 and $100,000, and a performance period of 180 days from the Notice to Proceed. Interested contractors must submit their bids by September 18, 2024, and are encouraged to attend a pre-bid site visit on September 10, 2024. For further inquiries, contractors can contact Angella Curran at angella.curran@usace.army.mil or Christopher Anderson at christopher.w.anderson@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a vendor information form required for government RFP submissions. It outlines essential data that an offeror must provide, including the name, address, phone number, email, UEI (Unique Entity Identifier), CAGE (Commercial and Government Entity) code, and TIN (Tax Identification Number). The form concludes with a space for the offeror's signature and the date signed. This administrative document is crucial as it ensures that government agencies have the necessary contact and legal information to process proposals and manage federal grants or contracts effectively. It serves as part of the standard procedures for evaluating potential vendors in state and local government projects as well. Overall, this document reflects the structured requirements for establishing vendor legitimacy and compliance in governmental procurement processes.
    The document outlines the requirements for the Related Experience Form as part of a federal Request for Proposals (RFP) process. It stipulates that all offerors must complete this form to be eligible for contract consideration. The offerors are instructed to detail their relevant contracting experience, providing at least one but no more than three examples that directly relate to the work specified in the solicitation’s Section C. The form requires information such as contract numbers, the agencies for whom work was performed, contact details, the timeline of work, and a detailed description of duties and responsibilities involved. The emphasis is on the importance of demonstrating past performance related to the RFP's requirements to illustrate competency and capability for the proposed contract work. This structured data collection ensures that the evaluation process for applicants is thorough, promoting transparency and accountability in governmental contracting.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a structured tool designed for contractors to document and evaluate their performance on federal projects. The form spans multiple sections, beginning with contractor information, including firm details, project roles, contract specifics, and relevant project descriptions. The second part requires client input to grade the contractor's performance across various criteria, such as quality of work, timeliness, customer satisfaction, management capability, financial management, and safety compliance. Adjective ratings from Exceptional to Unsatisfactory are utilized to assess performance, allowing clients to provide a comprehensive overview of the contractor's capabilities. The questionnaire emphasizes the importance of direct client feedback to ensure quality evaluations that can inform future government procurement decisions. This process is integral to federal RFPs and grants, as past performance often influences contractor selection. The form further highlights the government's right to verify all submitted information, ensuring accountability and thorough assessment of performance metrics. Overall, Form PPQ-0 serves as a vital mechanism for evaluating contractor effectiveness and supporting the integrity of federal contracting practices.
    The FY24 Concrete Replacement Project at Long Branch Dam and Reservoir, managed by the US Army Corps of Engineers’ Kansas City District, aims to repair and replace concrete infrastructure in Macon, Missouri. The project encompasses a series of detailed drawings and specifications, including construction limits, concrete dimensions, and architectural plans for the visitor center. Key objectives include maintaining the integrity of existing curbs during demolition and ensuring compliance with construction standards. The project’s scope involves replacing damaged concrete to match existing conditions and implementing measures to enhance access and safety for visitors. This initiative reflects the government's dedication to maintaining essential facilities while adhering to regulatory standards and operational efficiency.
    The U.S. Army Corps of Engineers (USACE) solicits bids for a firm-fixed-price contract to replace concrete sidewalks around the Administration Building at Long Branch Lake, requiring comprehensive demolition and reconstruction adhering to specified standards. Bidders must submit offers by September 18, 2024, including acknowledgment of all amendments, proof of previous relevant experience, and proposed pricing. The contractor must begin work within ten days of award and complete it within 180 days, with performance and payment bonds required due to the contract's expected value between $25,000 and $100,000. Evaluation of bids will prioritize price, relevant experience, and past performance, with non-price factors being more significant than price alone. Bidders must also participate in a pre-bid site visit scheduled for September 10, 2024, and comply with various federal contracting regulations including affirmative action mandates for minority and female workforce participation. Inquiries regarding the solicitation may be directed to the specified contract specialists. This solicitation underlines the government’s commitment to infrastructure maintenance while ensuring competitive procurement processes and compliance with federal guidelines.
    This government document is an amendment to a solicitation regarding contract W912DQ24Q1070, aimed at updating the Davis Bacon Wage determination to its most current rates and decision number. The amendment acknowledges the unchanged terms of the original solicitation while specifically addressing wage rate modifications under the Davis-Bacon Act, referencing wage determination WD # MO20240031. The effective date for this amendment is set for September 10, 2024. Contractors are required to acknowledge receipt of this amendment before the specified deadline through various methods. The updates included in this amendment reflect the latest wage authorships and are critical for compliance with federal wage standards during applicable construction projects. Overall, this document ensures contractors maintain adherence to federal labor regulations, enhancing transparency and accountability in government contracting processes.
    This document outlines a solicitation for a construction project involving the replacement of concrete sidewalks at the Long Branch Lake Administration Building, issued by the U.S. Army Corps of Engineers. The amendment corrects specifications, defining the required work within a 180-day completion period after notice to proceed. Interested contractors must submit sealed bids by September 18, 2024, and comply with mandatory bonding requirements. The procurement guidelines specify submission requirements, including pricing details, acknowledgment of amendments, and documentation demonstrating past performance and related experience. The evaluation criteria prioritize price and relevant experience, emphasizing that non-price factors are more significant. The detailed instructions encompass compliance with various federal clauses and regulations regarding minority representation, payments, and warranty terms. The project emphasizes safety protocols, compliance with equal opportunity laws, and effective management of responsibilities. The document illustrates the structured process of federal procurement, ensuring adherence to well-defined standards while fostering competition among contractors, ultimately contributing to government project completion needs efficiently and effectively.
    The document pertains to the Request for Proposals (RFP) for the Concrete Replacement at Long Branch Lake Project (W912DQ24Q1070). It presents a question-and-answer format addressing contractors' inquiries regarding project specifications. Key points include the necessity of considering a flared side ADA ramp for the building's main entrance in the quote and clarification on the inclusion of costs related to stone wall repairs. Specifically, it confirms that while stone tuck pointing is part of the base proposal (Clin 0001), the stone wall repair should not be itemized separately in cost submissions. This interaction underscores the importance of clear communication and detailed understanding of proposal requirements in government projects to ensure compliance and accurate bidding strategies.
    Similar Opportunities
    Berry Bend Utility Upgrades
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Berry Bend Utility Upgrades project, which involves replacing and upgrading the electrical service distribution systems at 34 campsites in the Berry Bend Public Use Area located in Benton County, Missouri. The project aims to enhance the electrical infrastructure, including the demolition of existing components, installation of new fixtures, and grading and rock placement at the campsites, ensuring compliance with safety and maintenance standards. This Invitation for Bid (IFB) is estimated to cost between $500,000 and $1,000,000, with a contract award expected to be a Firm-Fixed Price arrangement. Interested contractors must submit sealed bids electronically by 1:00 PM on September 26, 2024, and are encouraged to contact Grant Hibbs at Grant.M.Hibbs@usace.army.mil or Christopher W. Anderson at Christopher.W.Anderson@usace.army.mil for further inquiries.
    NESP Mooring Facilities at Lock & Dam 7 near La Crescent, MN
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of mooring facilities at Lock & Dam 7 in La Crescent, Minnesota, under Solicitation No. W912ES24B0013. The project aims to enhance navigation efficiency by constructing a mooring cell and a mooring dolphin, which includes tasks such as dredging, concrete fabrication, and structural metal work, adhering to strict federal standards for quality and environmental compliance. This initiative is part of the Navigation and Ecosystem Sustainability Program for the Mississippi River Basin, emphasizing the importance of maintaining navigational infrastructure while mitigating ecological impacts. Interested small businesses must submit their bids by September 17, 2024, at 2:00 PM Central Time, and can contact Justin H. Rose at justin.h.rose@usace.army.mil or 651-290-5422 for further information. The estimated contract value ranges from $5 million to $10 million.
    William H. Harsha Lake: Re-establish Ditch Line in the Emergency Spillway
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking contractors for a project to re-establish the ditch line in the Emergency Spillway at William H. Harsha Lake in Batavia, Ohio. The contractor will be responsible for removing concrete gutters, establishing access roads, and ensuring compliance with all federal, state, and local regulations, with the project expected to be completed within 30 days following the Notice to Proceed. This procurement is crucial for maintaining the integrity and safety of the dam infrastructure, with an estimated contract value between $100,000 and $250,000. Interested parties are encouraged to attend a mandatory site visit on September 9, 2024, at 9:00 AM ET, and should contact Justin McPherson at justin.m.mcpherson@usace.army.mil or 502-315-7057 for further details.
    Swope Park Industrial Area Floodwall
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Kansas City District, is soliciting bids for the construction of a floodwall at the Swope Park Industrial Area in Kansas City, Missouri. This project involves completing the remaining portion of the unconstructed floodwall, specifically from Station 50+75 to 52+31.25, covering a length of 156 feet. The initiative is crucial for enhancing flood protection in the area and is set aside exclusively for small businesses, with an estimated contract value between $1,000,000 and $5,000,000. Interested contractors must submit inquiries by September 18, 2024, and are encouraged to attend a site visit scheduled for August 29, 2024, at 9 AM. For further information, bidders can contact Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Christopher Anderson at christopher.w.anderson@usace.army.mil.
    Council Grove Crest Roadway Reapir
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – Tulsa, is seeking qualified contractors for the repair of deteriorated asphalt pavement at the Crest Roadway and Overlook Area in Council Grove, Kansas. The project involves the repair of approximately 12,820 square yards of asphalt pavement, along with updates to roadway and parking striping, with an estimated construction duration of around 320 days and a projected cost between $1 million and $5 million. This opportunity is particularly significant for small businesses, including those classified as HUBZone and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), as the Corps encourages their participation. Interested firms must submit their capabilities and past project experience by September 21, 2024, with the solicitation expected to be issued in late October 2024 and proposals due in late November 2024. For further inquiries, contact Kordel Tyler at kordel.m.tyler@usace.army.mil or Shawn Brady at shawn.brady@usace.army.mil.
    River Repairs and Upper Bank Paving SATOC
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Memphis District, is soliciting bids for the River Repairs and Upper Bank Paving project, designated as W912EQ24B0008. This firm-fixed price contract is set aside for Women-Owned Small Businesses (WOSB) and involves extensive stone repairs on navigation structures along the Ohio and Mississippi Rivers, including the placement of riprap and other related tasks. The project is significant for maintaining vital navigation infrastructure and is expected to utilize approximately 2.5 million tons of stone over four ordering periods, with individual task orders defining specific locations and work types. Bidders must submit their proposals by September 20, 2024, at 10:00 AM (CDT), with the bid opening scheduled for the same day at 1:00 PM (CDT). Interested parties can contact Jessica Lurry at jessica.m.lurry@usace.army.mil or Monica Moody at monica.a.moody@usace.army.mil for further information.
    Raw Water Piping System Replacement, Table Rock Powerhouse
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the replacement of the Raw Water Piping System at the Table Rock Powerhouse located in Branson, Missouri. This project, which falls under the NAICS code 237110 for Water and Sewer Line and Related Structures Construction, aims to enhance the infrastructure within the White River Basin and is estimated to have a construction magnitude between $5 million and $10 million. The successful contractor will play a crucial role in maintaining the operational integrity of hydro facilities, which are vital for water management and energy production. Proposals are due by September 20, 2024, at 12:00 PM CDT, and interested parties can reach out to Sarah Hagood at 501-340-1277 or via email at sarah.n.hagood@usace.army.mil for further inquiries. A site visit is scheduled for August 7, 2024, at 9:00 AM CDT, and bidders are encouraged to utilize the ProjNet Inquiry Key IRW386-H53JBF for any questions during the submission period from July 24 to August 15, 2024.
    District Warehouse Roof Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the District Warehouse Roof Replacement project located in Omaha, Nebraska. This project involves the replacement and repair of roofing assemblies for the existing MRPO Warehouse building, which is in a failing state, with a focus on extending the building's useful life and ensuring safety. The estimated construction cost ranges from $1 million to $5 million, and the contract is set aside for small businesses, with a performance timeline requiring work to commence within 10 calendar days and be completed within 90 days after contract award. Interested contractors should submit their bids electronically, adhering to the specified guidelines, and may contact Mika N. Mahyenga at mika.n.mahyenga@usace.army.mil or Lee M. McCormick at lee.m.mccormick@usace.army.mil for further information. A site visit is scheduled for September 10, 2024, as detailed in the solicitation documents.
    McAlpine Ramp Repair
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the McAlpine Ramp Repair project at the McAlpine Lock and Dam in Louisville, Kentucky. The project involves the removal of existing concrete ramps and the installation of new concrete ramps, with an estimated construction cost between $100,000 and $250,000, and is exclusively set aside for small businesses. This initiative is crucial for maintaining and improving infrastructure related to the lock and dam, ensuring operational efficiency and safety during construction. Interested contractors must submit their proposals by September 19, 2024, at 11:00 AM ET, and can direct inquiries to Amber Drones at amber.l.drones@usace.army.mil or Andrew Fleming at andrew.j.fleming@usace.army.mil.
    William H. Harsha Lake: Re-establish Ditch Line in the Emergency Spillway
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for a construction project at William H. Harsha Lake in Batavia, Ohio, aimed at re-establishing the ditch line in the Emergency Spillway. Contractors are required to provide all necessary personnel, equipment, and materials to remove concrete gutters and ensure compliance with federal, state, and local regulations, with work expected to commence within ten days of the Notice to Proceed and conclude within thirty days. This project is critical for maintaining the integrity of the dam and ensuring proper drainage, with an estimated contract value between $100,000 and $250,000, exclusively set aside for small businesses under NAICS code 237990. Quotes are due by September 20, 2024, and interested parties should contact Justin McPherson at justin.m.mcpherson@usace.army.mil or 502-315-7057 for further information.