Demolition of Resident Office
ID: W9123825QA009Type: Presolicitation
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
    Description

    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is seeking contractors for the demolition of the Sacramento Resident Office and associated site structures in Rio Linda, California. The project involves the demolition of four designated structures, including three modular trailers, a gazebo, and two storage structures, along with the removal of concrete curbs, sidewalks, asphalt pavement, and the disconnection and capping of utilities, covering a total of approximately 6,700 square feet of buildings and supporting structures. This total small business set-aside opportunity is crucial for site restoration and turnover to the owning agency, with interested parties encouraged to reach out to primary contact Henry Barron at henry.d.barron@usace.army.mil or secondary contact Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil for further details.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Design-Build Maintenance and Repair Army Reserve (MRAR) Army Reserve Center (ARC) Building 662 - Sacramento, CA
    Buyer not available
    The Department of Defense is seeking contractors for the Design-Build Maintenance and Repair of the Army Reserve Center (ARC) Building 662 located in Sacramento, California. This project involves comprehensive construction services under the NAICS code 236220, focusing on the repair or alteration of miscellaneous buildings as classified by the PSC code Z2JZ. The opportunity is set aside for small businesses, emphasizing the importance of engaging local contractors to fulfill the needs of military facilities. Interested parties should contact Alex Hamilton at alex.j.hamilton@usace.army.mil for further details, as the presolicitation notice indicates a commitment to supporting small business participation in federal contracting.
    Design-Build Maintenance and Repair Army Reserve (MRAR) Area Maintenance Support Activity (AMSA) - 98, Sacramento , CA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Design-Build Maintenance and Repair of the Army Reserve Area Maintenance Support Activity (AMSA) - 98 located in Sacramento, California. The procurement aims to provide comprehensive maintenance and repair services for institutional buildings, ensuring they meet operational standards and requirements. This opportunity is particularly significant as it supports the ongoing functionality and readiness of Army Reserve facilities, which play a crucial role in national defense. Interested small businesses are encouraged to reach out to Bonny Dylewski at bonny.c.dylewski@usace.army.mil for further details, as this contract is set aside for total small business participation under FAR 19.5.
    30 CES Demolition Services for Buildings 886, 887, and 888
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide demolition services for buildings 886, 887, and 888 at Vandenberg Space Force Base in California. The project entails comprehensive demolition, including the removal of hazardous materials such as asbestos and lead-based paint, with a focus on adhering to federal and state safety and environmental regulations. This procurement is part of a total small business set-aside initiative, with an estimated contract value between $500,000 and $1 million, and proposals are due by March 3, 2025. Interested contractors can reach out to Andrew Gabel at andrew.gabel@spaceforce.mil or Kristofer Clark at kristofer.clark@spaceforce.mil for further information.
    USACE SPK DBB Construction - Sacramento River Erosion Contract 5 Pioneer Bridge Levee Improvements- Sacramento, California
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the Sacramento River Erosion Contract 5, which focuses on levee improvements at Pioneer Bridge in Sacramento, California. This project falls under the category of Other Heavy and Civil Engineering Construction, specifically aimed at enhancing the structural integrity of the levee to mitigate erosion risks. The contract is set aside for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracting opportunities. Interested parties can reach out to Melita Doyle at Melita.s.doyle@usace.army.mil or by phone at 19165571077 for further details, while Melissa A. DeNigris is also available at Melissa.A.DeNigris@usace.army.mil or 9165575137 for additional inquiries.
    DEMOLITION OF BLDG 199
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the demolition of Building 199 located in Savannah, Georgia. This project falls under the category of site preparation and salvage, with a focus on the safe and efficient removal of the specified structure. The opportunity is set aside for small businesses, in accordance with FAR 19.5, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested parties can reach out to Melvin F. Reid Jr. at melvin.f.reid2.civ@army.mil or by phone at 678-569-8432, or Jim Shuman at james.e.shuman.civ@army.mil or 404-217-3908 for further details.
    U.S. Government Space Required: Sacramento, CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to negotiate a sole-source lease for professional office space in Sacramento, California. The requirement includes 6,218 rentable square feet of Class A or Class B office space, with a lease term of one year firm, extendable up to five years, and specific operational and security requirements that must be met. This procurement is crucial for supporting the mission of the U.S. Army Corps of Engineers, and interested parties, including building owners and their representatives, must submit their responses by 3:00 PM PDT on March 17, 2025, to Geneva Lee at geneva.lee@usace.army.mil.
    P--Crystal Creek Camp Demolition, NPS-WHIS
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting quotations for the demolition of Crystal Creek Camp located in Whiskeytown National Recreation Area, California. The project entails the systematic dismantling of various structures, including those containing hazardous materials such as asbestos, along with site grading and restoration efforts, all while adhering to environmental and safety regulations. This initiative is part of the federal commitment to enhance national recreation areas by removing outdated facilities and restoring natural conditions, thereby improving ecological integrity and visitor experience. Interested small business contractors must submit their quotations by April 4, 2025, with the project scheduled for execution between September 1 and December 31, 2025. For further inquiries, contractors can contact Rocio Gomez Macias at rociogomezmacias@nps.gov or by phone at 415-464-5204.
    30 CES Demolition Services for Buildings 533 and 541
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide demolition services for Buildings 533 and 541 at Vandenberg Space Force Base in California. The project requires the complete demolition of the specified buildings, including the removal of structures, foundations, and associated equipment, while ensuring compliance with environmental regulations and handling any hazardous materials such as asbestos and lead-based paint. This procurement is significant as it aligns with the Air Force's commitment to maintaining safe and environmentally responsible practices during facility management. Interested contractors should contact Andrew Gabel at andrew.gabel@spaceforce.mil or Kristofer Clark at kristofer.clark@spaceforce.mil for further details, with an estimated contract value between $500,000 and $1 million and a performance period of 240 days post-award.
    183 CES Demolish Buildings 12 & 13
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors for the demolition of Buildings 12 and 13 located in Springfield, Illinois. The project requires the contractor to provide all necessary labor, materials, tools, and supervision to safely demolish the structures, including the abatement of hazardous materials and site restoration to meet current codes and Department of Air Force Instruction requirements. This contract is set aside 100% for small businesses, with an estimated value between $250,000 and $500,000, and is expected to be awarded in mid-March 2025 following a pre-bid conference in February. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or 217-757-1265 for further details and ensure they are registered in SAM.gov to access the solicitation documents.
    IR DEMO Package FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for the demolition of 53 facilities at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River in North Carolina. The selected contractor will be responsible for providing all necessary labor, supervision, management, tools, materials, and equipment to complete the demolition, ensuring compliance with Environmental Protection Agency certifications and managing any utility damages incurred during the project. This procurement is particularly focused on small businesses, including HUB Zone and Service-Disabled Veteran Owned Small Businesses, with a Firm-Fixed Price contract expected to span a base period of 365 days. Interested parties must submit their capability statements by December 15, 2024, via email, with the official solicitation anticipated to be available on sam.gov on or after February 23, 2025. For further inquiries, contact Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.