Roof Replacement- New Orleans District Headquarters Building
ID: W912P825R0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST N ORLEANSNEW ORLEANS, LA, 70118-3651, USA

NAICS

Roofing Contractors (238160)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)
Timeline
  1. 1
    Posted Jan 31, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 18, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 3:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a roof replacement project at its New Orleans District Headquarters Building in Louisiana. The project involves extensive demolition and installation work, including the removal of the existing roof, installation of various roofing systems, and associated structural and plumbing work. This procurement is crucial for maintaining the integrity of the facility and ensuring compliance with federal regulations. Proposals are due electronically by April 22, 2025, at 10 AM CST, and interested contractors should contact Nakiea Butler at nakiea.b.butler@usace.army.mil or 504-862-1772 for further details. The expected contract value ranges between $5 million and $10 million, and bidders must be registered in the System for Award Management (SAM).

Files
Title
Posted
Apr 18, 2025, 9:08 PM UTC
The U.S. Army Corps of Engineers, New Orleans District, has issued a solicitation (W912P825R0005) for the roof replacement of its headquarters in New Orleans, Louisiana, with proposals due electronically by March 3, 2025. The project entails significant demolition and installation work, including concrete, insulation, roofing systems, and plumbing. The expected contract value is between $5 million and $10 million. Bidders must comply with affirmative action requirements and certify non-segregated facilities as part of the bidding process. Contractors must be registered in the System for Award Management (SAM) and complete necessary certifications and representations. The solicitation package outlines specific proposals for base work and optional work, requiring detailed pricing and adherence to safety standards. Proposals must follow a structured submission format, including technical and price components, and require evidence of manufacturer's approval for roofing systems. This solicitation represents the Army Corps of Engineers' commitment to maintaining its infrastructure while promoting compliance with federal regulations and standards for equal opportunity employment.
Apr 18, 2025, 9:08 PM UTC
This document serves as an amendment to the solicitation for the Roof Replacement project at the New Orleans District Headquarters Building. The amendment outlines new procedures for site visits, indicating that they will be scheduled on an individual basis with Todd Jacquet as the point of contact. Interested parties must complete site visits by the close of business on February 19, 2025. The deadline for submitting questions related to the solicitation is extended to February 20, 2025, at 10 AM CST. The amendment clarifies that all terms and conditions from the original solicitation remain unchanged except as noted. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered valid. This modification is essential to maintain clarity and communication between the government and potential contractors involved in this roofing project. The document emphasizes the importance of adhering to the specified timelines and communication protocols to facilitate a smooth bidding process.
Apr 18, 2025, 9:08 PM UTC
The document is an amendment to the solicitation for the Roof Replacement project at the New Orleans District Headquarters Building, indicating a postponement of the proposal due date, which will be established in a future amendment. All existing terms and conditions remain unchanged unless stated otherwise. Interested contractors must acknowledge receipt of this amendment to ensure their offers are considered valid. The amendment emphasizes that any changes made to previously submitted offers must be communicated prior to the specified opening hour and date. The solicitation's continuation is managed by the U.S. Army Corps of Engineers, Contracting Division, based in New Orleans, Louisiana. This modification reflects standard protocols for government contracts, ensuring clear communication and adherence to administrative requirements.
Apr 18, 2025, 9:08 PM UTC
This document is an amendment to the solicitation for the Roof Replacement project at the New Orleans Headquarters Building, providing updates including responses to contractor inquiries, revised specifications, and an established proposal due date of April 11, 2025. Key changes involve the reduction of the installer warranty from 20 years to 2 years in several sections. The document also addresses numerous contractor questions, clarifying responsibilities regarding structural design, required engineering services, and adjustments to specifications concerning the installation of various systems, such as photovoltaic arrays and lightning protection. It reaffirms that materials must adhere to specified standards and outlines bidding procedures, contractor obligations, and safety measures during the project. The amendment highlights a commitment to comply with federal guidelines while addressing the practical aspects of roof work within a functioning facility. This ensures clarity for bidders, reduces the risk of misunderstandings during the execution of the contract, and ensures adherence to safety and environmental regulations throughout the work period.
Apr 18, 2025, 9:08 PM UTC
The document is an amendment to the solicitation for a Roof Replacement project at the New Orleans Headquarters Building. It announces an extension of the proposal due date to April 16, 2025, at 2:00 p.m. CST, clarifying that late submissions will not be accepted and that no additional questions will be entertained beyond this amendment. Key clarifications include details regarding the lightning protection system, which is part of the base work and covers all three roofs, but will be completed for the Central and North roofs only if awarded. The amendment also specifies design parameters for the system and modifications to the concrete work requirements. Noteworthy changes include the replacement of drawing G-001 and the addition of new drawings R-028 through R-033, which provide important technical details for the project. The document emphasizes the importance of contractors acknowledging receipt of this amendment as a requirement for their proposals to be considered valid. This solicitation reflects the U.S. Army Corps of Engineers' processes for managing federal projects and ensuring compliance with federal contracting regulations.
Apr 18, 2025, 9:08 PM UTC
The document is an amendment to a solicitation for the Roof Replacement project at the New Orleans Headquarters Building, extending the proposal due date, which will be set by a further amendment. It states that additional questions will no longer be accepted. The amendment ensures that existing terms and conditions remain effective while modifying the proposal timeline. The contracting officer, whose details are noted, emphasizes the necessity for contractors to acknowledge receipt of this amendment to avoid rejection of their offers. The document includes instructions on how to submit acknowledgments or modifications to existing proposals. This amendment highlights the procedural adjustments typical in federal RFP processes, particularly relating to deadlines and formal contractor communications.
Apr 18, 2025, 9:08 PM UTC
This document serves as an amendment to a solicitation for the Roof Replacement project at the New Orleans Headquarters Building, amending specifications and establishing a revised proposal submission deadline. Proposals are now due by April 22, 2025, at 10 AM CST, with late submissions being disqualified, and no further questions accepted beyond this amendment. The document outlines specific changes to construction requirements, including deletions and replacements of references and terms within the project specifications. These revisions aim to clarify and streamline the project's preconstruction submittal register, affecting multiple aspects such as certifications, qualifications, and various construction data. Notably, critical updates encompass changes to structural steel quality certifications and the removal of certain paragraphs, indicating a focused adjustment on compliance standards. A comprehensive submittal register lists necessary documents, approvals, and deadlines for improving project oversight. These modifications reflect the project's commitment to regulatory compliance and operational efficiency within a structured federal contracting environment.
Apr 18, 2025, 9:08 PM UTC
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
$98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) New Orleans District, Mississippi Valley Division – USACE
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking a $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) for the New Orleans District, Mississippi Valley Division – USACE. This contract is a 100% Small Business Set-Aside and will be used for various types of repair and maintenance of real property and construction services within the Mississippi Valley Division area of responsibility. The contract will have an ordering period of five years and task orders will range between $2.5K and $25M. The official solicitation is expected to be posted on or about 11 June 2023 on the SAM website. Contractors must register on SAM to download the solicitation.
Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor, and various bar channels Cutterhead Dredge No. 5-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform dredging work in specified areas, including the New Orleans Harbor reach of the Mississippi River and adjacent waterways. This project is crucial for maintaining navigability and ensuring the operational efficiency of these vital waterways. The estimated construction cost ranges between $10 million and $25 million, with the solicitation expected to be issued around May 6, 2025. Interested vendors should register on beta.SAM.gov and are encouraged to contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Fermon Davis at Fermon.L.Davis@usace.army.mil for further information.
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.
New Orleans Harbor and Various Bar Channels Cutterhead Dredge 3-2025
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the New Orleans Harbor and Various Bar Channels Cutterhead Dredge project, designated as Nos. 3-2025. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform work in the New Orleans Harbor Reach of the Mississippi River and adjacent waterways. This dredging project is crucial for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated construction value ranging from $10 million to $25 million. The solicitation is expected to be issued around April 15, 2025, and interested vendors are encouraged to register on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, potential bidders can contact Bambi Raja at 504-862-1499 or Cori A. Caimi at 504-862-1352.
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform work in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway. This dredging project is crucial for maintaining navigability and ensuring the safety of maritime operations in the region, with a construction magnitude estimated between $5 million and $10 million. The solicitation is expected to be issued around April 11, 2025, and interested vendors should register on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform work in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway. This dredging operation is critical for maintaining navigability and ensuring the safety of maritime operations in the region. The estimated contract value ranges from $5 million to $10 million, with the solicitation expected to be issued around April 11, 2025. Interested vendors should register on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge project. This procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge for operations within the New Orleans Harbor Reach of the Mississippi River and adjacent waterways, with a construction magnitude estimated between $5 million and $10 million. The project is critical for maintaining navigational channels and ensuring environmental compliance, reflecting standard federal contracting procedures in infrastructure and environmental work. Interested vendors must register with the System for Award Management (SAM) and submit bids that comply with specified requirements, with contact points for inquiries being Cori A. Caimi at 504-862-1352 and Bambi Raja at 504-862-1499.
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2024 (OM24010)
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the construction of dredging facilities in New Orleans, LA, USA. The work involves providing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The project will take place in Mississippi River Southwest Pass and potentially in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated cost for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation will be issued on or about 23 February 2024, and the bid opening date will be determined later. Interested vendors can access the solicitation documents on Sam.gov. Registration as an Interested Vendor on beta.SAM.gov is encouraged for marketing purposes. Offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
LTUY202054 Repair Roofs, Buildings 50, 53, and 59
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for a firm fixed-price contract to repair roofs on Buildings 50, 53, and 59 at the Jefferson Barracks Air National Guard Station in St. Louis, Missouri. The project requires the contractor to provide all necessary labor, materials, and supervision for the roof replacements, adhering to specific guidelines regarding the use of GAF brand shingles due to the historic nature of the site. This opportunity is set aside exclusively for small businesses, with a contract value estimated between $250,000 and $500,000, and a duration of 180 calendar days post-notice to proceed. Interested contractors should contact MSgt Joe Bernier at joseph.bernier.1@us.af.mil or 314-527-8033, and are encouraged to register on SAM.gov to access the solicitation, which is expected to be issued around April 30, 2025.
Fort Peck PH 1 Surge Tank Roof Replacement
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is seeking contractors for the Fort Peck PH 1 Surge Tank Roof Replacement project in Montana. This project involves the complete restoration of the Surge Tank roof at the Ft. Peck Powerhouse, originally constructed in the 1940s, to comply with historical preservation standards, including the removal of existing roofing materials and replacement with historically accurate Ludowici clay tiles. The estimated construction cost ranges from $1 million to $5 million, with a solicitation expected to be issued on or about May 5, 2025, and closing around June 4, 2024. Interested contractors should contact Lynne D. Reed at lynne.d.reed@usace.army.mil or 402-995-2039 for further details and ensure they are registered in the System for Award Management (SAM) to access solicitation documents.