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
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the roof replacement of its headquarters building located in New Orleans, Louisiana. The project involves extensive demolition and installation work, including the removal of the existing roof, installation of various roofing systems, and associated plumbing and structural enhancements. This procurement is crucial for maintaining the integrity of the facility and ensuring compliance with federal regulations regarding infrastructure and equal opportunity employment. Proposals are due electronically by March 3, 2025, with an expected contract value between $5 million and $10 million. Interested contractors should contact Nakiea Butler at nakiea.b.butler@usace.army.mil or 504-862-1772 for further details.

    Files
    Title
    Posted
    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.
    Similar Opportunities
    ILWW LaGrange-Peoria Roofs
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the replacement of EPDM membrane roofs at the LaGrange and Peoria Lock and Dam control stations in Illinois. Contractors are required to submit a complete proposal, demonstrating relevant project experience, with an estimated project cost ranging from $100,000 to $250,000, and a completion timeline of 120 calendar days post-award. This project is significant as it involves historically important buildings and mandates compliance with various safety and labor regulations, including adherence to the Davis-Bacon Act for wage determinations, which stipulates a minimum wage of $17.75 per hour for contracts awarded after January 30, 2022. Interested contractors must register with the System for Award Management (SAM) and can contact Joe Porter at joseph.e.porter@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil for further details.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The project involves comprehensive roofing tasks, including removal, installation, repair, and sealing of roofs across multiple facilities, ensuring that all work meets local policies, safety standards, and industry codes. This initiative is crucial for maintaining the integrity and watertight condition of Army buildings, with a projected contract value between $10 million and $25 million over a five-year duration, potentially extendable by six months. Interested contractors should monitor Sam.gov for the forthcoming solicitation, expected to be released by November 2024, and can direct inquiries to Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil.
    $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.
    Z1DZ--Project #502-17-102 Replace Roof & HVAC Building 9 (Con)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of the roof and HVAC system at Building 9 of the Alexandria VA Health Care System in Pineville, Louisiana, under Project No. 502-17-102. This project, set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB), involves significant renovations including mold remediation, structural modifications, and upgrades to electrical and plumbing systems, with an estimated budget between $5 million and $10 million. The initiative is crucial for enhancing the facility's operational efficiency and safety, ensuring compliance with federal standards while providing improved care for veterans. Interested contractors must submit their proposals by January 24, 2025, and are encouraged to attend a mandatory site visit to better prepare their submissions; inquiries can be directed to Contract Specialist Jennings Herbst at Jennings.Herbst@va.gov.
    OMRR&R, RED RIVER BASIN, BAYOU BODCAU PROJECT OFFICE BUILDING ADDITION BODCAU LAKE, BOSSIER PARISH, LOUISIANA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Vicksburg District, is soliciting bids for the construction of an addition to the Bayou Bodcau Project Office located in Bossier Parish, Louisiana. The project involves the construction of approximately 840 square feet of additional space to an existing log building, along with associated demolition and alteration work, all while adhering to environmental protocols and safety regulations. This initiative is part of the Operation, Maintenance, Repair, Replacement, and Rehabilitation (OMRR&R) efforts for the Red River Basin, emphasizing the importance of enhancing federal infrastructure and supporting regional workforce development. Interested contractors, particularly those certified as Economically Disadvantaged Woman-Owned Small Businesses (EDWOSB) or Woman-Owned Small Businesses (WOSB), must submit sealed bids by 2:00 PM on February 19, 2025, with an estimated project value between $500,000 and $1,000,000. For further inquiries, contact Amy L. Starks at amy.l.starks@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
    OMRR&R, RED RIVER BASIN, BAYOU BODCAU PROJECT OFFICE BUILDING ADDITION BODCAU LAKE, BOSSIER PARISH, LOUISIANA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Vicksburg District, is seeking qualified contractors for the construction of an addition to the Bayou Bodcau Project Office Building in Bossier Parish, Louisiana. The project involves mobilization, partial demolition of an existing log building, and the construction of an approximately 840 square foot log building addition, along with associated alterations and site work. This procurement is set aside for SBA Certified Women-Owned Small Businesses (WOSB) under NAICS code 236220, with a contract value estimated between $500,000 and $1 million. Interested contractors should prepare for a bid opening scheduled for February 13, 2025, and may contact Amy L. Starks or Robert Ellis Screws for further information.
    Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction project titled "Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project 24-2" located in Plaquemines Parish, Louisiana. The project involves the removal of material within the Hopper Dredge Disposal Area and the disposal of material in designated restoration areas, with a construction budget estimated between $25 million and $100 million and a total project duration of 200 calendar days for base work, plus an additional 100 days for optional work. This procurement is critical for enhancing infrastructure and environmental restoration efforts in the region, and contractors must comply with various regulations, including wage determinations from the U.S. Department of Labor. Interested vendors should register on Sam.gov and can contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499 for further details.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking a contractor for the construction of dredging facilities in New Orleans, LA, USA. The project involves providing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in Mississippi River Southwest Pass and possibly 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 19 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.
    Bldg. 3 Roof Replacement-Stoneville, MS.
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking proposals for the replacement of the roof on Building 3 at the Jamie Whitten Delta States Research Center in Stoneville, Mississippi. The project requires the contractor to supply all materials, labor, and equipment necessary to install a new PVC roof, along with a 20-year warranty, as outlined in the Statement of Work. This initiative is part of the federal government's commitment to maintaining and improving agricultural research facilities, ensuring they meet safety and operational standards. Interested contractors must submit their proposals by February 17, 2025, and are required to be registered in the System for Award Management (SAM) prior to submission. For further inquiries, contact Huron W. Virden at huron.virden@usda.gov.
    MVD Levee Requirements for FY 25
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is announcing a special notice for anticipated levee work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2025. The project encompasses various construction activities, including earthen levee embankment enlargement and repair, seepage berm construction, and flood wall construction, primarily along the Mississippi River levee system in the Memphis, Vicksburg, and New Orleans Districts. This initiative is crucial for enhancing flood protection and infrastructure resilience in the region, with projects categorized as ongoing, awarded, or proposed, and many intended for Multiple Award Task Order Contracts (MATOCs). Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details.