Demolition of Resident Office
ID: W9123825QA009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 29, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the demolition of the Sacramento Resident Office and associated structures located at 2194 Ascot Avenue, Rio Linda, California. The project entails the demolition of four designated structures, including three modular trailers and a gazebo, along with the removal of asphalt pavement, disconnection of utilities, and site restoration, all to be completed within a 120-day period post-award. This procurement is critical for site management and facility enhancement, ensuring compliance with federal regulations and safety standards. The total budget for this project is approximately $19 million, with proposals due by April 15, 2025, and interested contractors should direct inquiries to Henry Barron at henry.d.barron@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.

Files
Title
Posted
Apr 11, 2025, 6:10 PM UTC
The Request for Proposal (RFP) issued by the SRO/NRO Resident Office in Rio Linda, CA, outlines the existing conditions relevant to a site development project. The document includes site layout details represented in figures that depict the front and back parking lots, as well as a grassy area. These existing conditions are essential for potential bidders, as they provide a foundational understanding of the project's landscape and logistics. The RFP emphasizes the importance of accurately assessing these elements to ensure effective planning and execution in future development endeavors. By clarifying these components, the RFP aims to guide stakeholders in formulating proposals that align with the site's specific characteristics and needs.
Apr 11, 2025, 6:10 PM UTC
The provided document outlines the demolition and site preparation plans for a government facility, detailing specific tasks and requirements for contractors. The main actions include removing buildings, concrete, light poles, and other existing features while ensuring proper disposal or salvage of materials. Notable tasks involve terminating electrical, sewer, drainage, and water lines as per regulations, alongside filling voids with native soil post-demolition. Key notations emphasize protecting existing structures, such as driveways and fencing, and maintaining safety during operations. The contractor is also tasked with ensuring the site is left clean and orderly after work completion, highlighting the requirement for coordination with local utility providers for electrical features. This document pertains to ongoing federal and local initiatives for site management and facility enhancement, making it relevant for government RFPs and grant applications. It illustrates a commitment to sustainable practices through careful planning and execution of demolition works.
Apr 11, 2025, 6:10 PM UTC
The Performance Work Statement outlines a project to demolish the Sacramento Resident Office and associated structures located at 2194 Ascot Avenue, Rio Linda, California, within a proposed period of performance of 120 calendar days post-award. The project involves demolition of four structures (three modular trailers, a gazebo, and two storage buildings), removal of pavement, disconnection of utilities, and subsequent site restoration. It addresses contractor requirements including compliance with security protocols, training, and operational procedures while working on federal property. Key tasks mandated include coordinating meetings, preparing a detailed project work plan, and executing demolition and restoration. The contractor is responsible for managing all labor, materials, and safety measures following federal and state regulations. Deliverables include documented reports and drawings regarding the demolition process. The contract will be awarded as a Firm Fixed Price and invoicing will be required for completed work, ensuring financial details align with specific project criteria. This document is integral to the government’s project management process, ensuring compliance, safety, and proper documentation while fulfilling local and federal requirements for such demolition projects.
Apr 8, 2025, 9:06 PM UTC
The document addresses critical considerations for a demolition project, highlighting a lack of survey data regarding asbestos and lead, raising concerns about assuming materials are clean. It queries whether the building is vacant and notes the potential presence of loose debris such as old desks. The document also seeks clarification on the submission of bidder qualifications and exclusions, noting that this is currently unknown. Furthermore, it confirms that the removal process includes foundations but excludes base rock, and specifies that any resultant voids must be filled with native soil material, similar to sidewalk removal. These points underscore the importance of compliance with safety regulations and clarify project expectations in the context of the RFP process for government contracts.
This document addresses questions and answers related to a demolition project for a trailer office built post-1970. It clarifies that bidders can assume the absence of asbestos and lead materials, with any necessary testing addressed after the award if suspected materials are found. The presence of some debris, like old desks, is acknowledged, and a site visit will allow bidders to assess the situation. Importantly, bids must be for the complete job without qualifications or exclusions; any deviations will lead to rejection. The removal scope includes building foundations but not base rock, and voids must be filled similarly to sidewalk removal using native soil. This structure outlines key considerations for contractors in the proposal process, emphasizing compliance and the scope of work for the demolition project, aligning with the standards expected in government RFPs.
Apr 11, 2025, 6:10 PM UTC
The document outlines a request for proposals (RFP) for a federal contract focused on the demolition of the Sacramento Resident Office and associated structures at 2194 Ascot Ave, Rio Linda, California. The total budget for this project is approximately $19 million, with a delivery timeline spanning from May 26, 2025, to September 23, 2025. The scope of work includes the demolition of four specified structures, asphalt removal, disconnection of utilities, and site restoration. Additionally, the proposal requires a work plan, quality control plan, and various reports upon project completion, with all services billed on a firm fixed-price basis. The solicitation incorporates several Federal Acquisition Regulation (FAR) clauses to ensure compliance with various legal and administrative requirements, including those related to small business opportunities. The contract will be administered by the U.S. Army Corps of Engineers and emphasizes the importance of safety, regulatory adherence, and efficient project execution. This RFP highlights the government's commitment to engaging women-owned small businesses and compliance with relevant federal mandates.
Apr 11, 2025, 6:10 PM UTC
The document announces the scheduling of a second site visit for a project or initiative at a specific location in Rio Linda, California, on April 7, 2025, at 10:00 AM. This site visit is likely part of a broader process involving federal or state grant proposals or requests for proposals (RFPs). The visit serves as a crucial opportunity for stakeholders to assess the site and gather additional information relevant to their bids or proposals. It underscores the importance of collaboration and transparent communication in the government project bid process, allowing potential contractors or grant applicants to better understand project requirements and site conditions. The specified date and time are essential for planning purposes, emphasizing the organized approach of the government in its procurement or grants processes.
Apr 11, 2025, 6:10 PM UTC
The document outlines the Wage Determination No. 2015-5631 under the Service Contract Act (SCA), issued by the U.S. Department of Labor. Its primary purpose is to establish minimum wage rates and fringe benefits for various occupations across specific California counties, effective for contracts subject to the SCA. Two executive orders, 14026 and 13658, dictate minimum wage requirements, stipulating that contractors must pay workers at least $17.75 per hour for contracts post-January 30, 2022, or $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, if not renewed thereafter. The document details wage rates for numerous occupations ranging from administrative support, automotive services, healthcare, to technical positions, emphasizing required fringe benefits such as health and welfare compensation, vacation time, and paid sick leave. It also covers provisions regarding uniform allowances, hazard pay differentials, and a conformance process for unlisted job classifications. This summary highlights the document’s role in informing contractors and workers of wage obligations and contractual rights, ensuring compliance with federal regulations in government contracting pursuits, crucial for addressing RFPs and grants.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Design/Build Maintenance and Repair Army Reserve (MRAR) of Area Maintenance Support Activity (AMSA), B655, at the BT Collins Army Reserve Center, Sacramento, CA
Buyer not available
The Department of Defense is soliciting proposals for the Design/Build Maintenance and Repair of the Army Reserve (MRAR) facility at the Area Maintenance Support Activity (AMSA) B-655, located at the BT Collins Army Reserve Center in Sacramento, California. The project aims to repair failing facility components, construct an addition to address space deficiencies, and extend the facility's economic life by 25 years, ensuring equipment readiness for Army Reserve units. This initiative underscores the importance of maintaining operational readiness within the Army Reserve while adhering to sustainable and energy-efficient construction practices. Interested small businesses must submit their proposals electronically, with a contract value estimated between $10 million and $25 million, and the procurement process structured into two phases, emphasizing past performance and technical capabilities. For further details, contact Bonny Dylewski at bonny.c.dylewski@usace.army.mil.
USACE SPK DB/DBB Construction MATOC, for Sacramento Corps of Engineers district.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is conducting a Sources Sought Notice to gauge interest and capabilities for a Multiple Award Task Order Contract (MATOC) focused on design-bid-build and design-build construction projects. The anticipated MATOC will support a variety of construction needs, including the development of commercial and institutional buildings, with a total capacity of $499 million over five years, addressing projects such as office buildings, barracks, and data centers. This procurement is crucial for ensuring adequate competition among small businesses, including those in various socioeconomic categories, as the government seeks to understand market capabilities and potential sources for upcoming construction contracts. Interested contractors are encouraged to submit capability statements by May 12, 2025, to the primary contact, Melita Doyle, at melita.s.doyle@usace.army.mil.
Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the Design-Bid-Build construction of the Advanced Skills Trainee Barracks at the Parks Reserve Forces Training Area in Dublin, California. This project involves constructing a 45,000 square foot barracks facility designed to support the Non-Commissioned Officers Academy and the 80th Training Command, incorporating essential systems such as fire protection, energy monitoring, and accessibility features, while adhering to stringent safety and sustainability standards. The contract, valued between $25 million and $100 million, is set aside exclusively for small businesses, with a proposal submission deadline of April 29, 2025, and interested contractors must maintain active registration in the System for Award Management (SAM). For further inquiries, contact Ryan King at ryan.m.king2@usace.army.mil or by phone at 502-315-6348.
Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a KC-46 Two-Bay Hangar at March Air Reserve Base in California. This project involves a Design-Bid-Build approach, focusing on the construction of a maintenance hangar that will support KC-46A aircraft operations, including necessary infrastructure improvements and compliance with environmental regulations. The estimated project cost ranges from $100 million to $250 million, with a strong emphasis on sustainability and adherence to federal contracting standards. Interested contractors must submit their proposals electronically by April 17, 2025, and can direct inquiries to Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil or by phone at 502-315-6900.
Sacramento River Erosion (SRE) C5 Pioneer Bridge Levee Improvements
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting bids for the Sacramento River Erosion (SRE) C5 Pioneer Bridge Levee Improvements project in Sacramento, California. This project involves design-bid-build construction services aimed at enhancing levee stability and reducing the risk of erosion-related breaches along approximately 1,000 feet of the Sacramento River, specifically under the I-80 Pioneer Bridge. Key components of the project include the installation of erosion protection measures, such as graded stone and soil-rock mix, as well as the demolition of existing materials to ensure a solid foundation for the improvements. Interested small businesses are encouraged to reach out to Melissa Denigris at MELISSA.A.DENIGRIS@USACE.ARMY.MIL or call 916-557-5137 for further details, as this opportunity is set aside for total small business participation.
IFB - Beale Aircrew Readiness Facility
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting proposals for the construction of the Beale Aircrew Readiness Facility at Beale Air Force Base in California. The project involves a 4,596 square foot addition to the existing facility, including restrooms, crew quarters, and service rooms, as well as renovations to approximately 1,961 square feet of the current structure to enhance functionality for aircrew operations. This initiative is crucial for improving military infrastructure and operational readiness, ensuring compliance with Department of Defense standards for safety and design. Interested small businesses must submit proposals by April 29, 2025, and can direct inquiries to Adam Brooks at adam.m.brooks@usace.army.mil or Laura Phillips-Payne at laura.phillips-payne@usace.army.mil.
Base Housing Demolition (Multiple Locations)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting bids for the demolition of 114 base housing structures at Marine Corps Base Camp Lejeune, North Carolina. The project requires contractors to manage all aspects of demolition, including labor, materials, and equipment, while ensuring compliance with safety regulations regarding hazardous materials such as lead and asbestos, as identified in recent surveys. This demolition work is crucial for the ongoing development and maintenance of military facilities, ensuring safe and efficient living conditions for service members. Interested contractors must submit their bids by May 12, 2025, and are encouraged to attend a site visit on April 22, 2025, to familiarize themselves with the project requirements. For further inquiries, potential bidders can contact Regenia D. Guest at regenia.d.guest.civ@us.navy.mil or Brandi Porche at brandi.l.porche.civ@us.navy.mil.
USACE SPK DBB Construction - Military Ocean Terminal Concord, Containerized Ammunition Holding Facilities, Concord, California
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is soliciting bids for the construction of eleven Containerized Ammunition Holding Facilities (CAHF) at the Military Ocean Terminal in Concord, California. This project aims to enhance military readiness by providing secure and compliant ammunition storage facilities, designed in accordance with Department of Defense explosive safety standards. The procurement is critical for modernizing military infrastructure and ensuring operational efficiency, with a bid submission deadline set for January 29, 2025, at 10:00 AM PST. Interested contractors can reach out to Constantinos Laliotitis at constantinos.laliotitis@usace.army.mil or Melissa Denigris at MELISSA.A.DENIGRIS@USACE.ARMY.MIL for further details.
USDA Dairy Forage Research Center (DFRC)
Buyer not available
The U.S. Army Corps of Engineers is soliciting proposals for the construction of a new Dairy Forage Research Center (DFRC) in Prairie du Sac, Wisconsin, with an estimated budget between $25 million and $100 million. The project aims to provide comprehensive facilities to support the USDA Agricultural Research Service's mission, accommodating up to 452 lactating cows, 144 calves, and extensive crop production across approximately 642,000 gross square feet. This initiative is critical for advancing agricultural research and improving dairy production practices through modern infrastructure. Interested contractors must submit their proposals by May 27, 2025, and can direct inquiries to Nicole Parker at nicole.l.parker@usace.army.mil or Jeffrey Wyant at jeffrey.w.wyant@usace.army.mil.
Lake Kaweah (Terminus Dam) Woody Debris Removal
Buyer not available
The Department of Defense, specifically the Army Corps of Engineers, is soliciting bids for the removal of woody debris at Lake Kaweah (Terminus Dam) in Lemon Cove, California. This contract, set aside for small businesses, particularly Women-Owned Small Businesses (WOSBs), requires contractors to provide fixed-price bids for debris removal across five designated work zones, adhering to a detailed Performance Work Statement (PWS) and various federal regulations. The project is crucial for maintaining environmental safety and ecological integrity, with a contract duration from June 10, 2025, to June 9, 2027. Interested contractors must submit questions by May 1, 2025, and can reach out to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil for further information.