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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Tule Property Clearing project located in Porterville, California. This contract, valued at $19 million, involves comprehensive site preparation services, including refuse cleanup, well and fence removal, and environmental compliance measures, with a performance period from March 31, 2026, to December 31, 2026. The project is critical for clearing encumbrances in support of the Tule River Spillway Enlargement Project, ensuring environmental safety and compliance with federal regulations. Interested small businesses must submit their proposals by January 27, 2026, and direct any inquiries to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
    Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking 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 facility, with a focus on compliance with safety, environmental, and construction standards, including a mandatory Project Labor Agreement. The barracks are intended to enhance military training capabilities and ensure operational readiness, reflecting the Army's commitment to quality infrastructure. Interested small business contractors must register in the System for Award Management (SAM) and submit proposals by the revised deadline of August 13, 2025, with inquiries directed to Ryan King at ryan.m.king2@usace.army.mil.
    Sacramento River Erosion Contract 3
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to solicit bids for the Sacramento River Erosion Contract 3. This contract involves construction activities related to the erosion control of the Sacramento River East Levee, categorized under the NAICS code 237990 for Other Heavy and Civil Engineering Construction. The project is critical for maintaining the integrity of the levee system, which plays a vital role in flood risk management and environmental protection in the region. Interested contractors can reach out to Julie Maxwell at julie.maxwell@usace.army.mil or by phone at 916-557-7989, or Jennifer Wheelis at Jennifer.l.wheelis@usace.army.mil or 916-616-5987 for further details regarding the pre-solicitation notice.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.
    Demo Buildings 1879, 29001, 29002
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Buildings 1879, 29001, and 29002 at Malmstrom Air Force Base in Montana. The project requires the contractor to provide all labor, materials, and equipment necessary for complete demolition, including utility capping, site restoration, and compliance with environmental and safety regulations. This procurement is significant as it involves the removal of structures to facilitate future site development, with an estimated contract value between $250,000 and $500,000. Proposals are due by December 23, 2025, at 2:00 PM local time, and interested parties should contact Jillian Urick at jillian.urick@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil for further information.
    FY26 San Francisco District Maintenance Dredging
    Dept Of Defense
    The U.S. Army Corps of Engineers, San Francisco District, is conducting a Sources Sought Synopsis/Request for Information (RFI) to identify potential sources for maintenance dredging services in various locations, including the San Joaquin River, Sacramento River, Oakland Harbor, and Richmond Harbor. The procurement aims to gather market research data to support future Invitation For Bids (IFB) contracts for dredging projects, with a focus on identifying qualified small businesses, including those that are HUBZone, Service-Disabled Veteran-Owned, Veteran-Owned, Certified 8(a), and Women-Owned. Interested parties are encouraged to submit their capabilities, experience, and relevant project examples by December 14, 2025, to the designated contacts, Logan Champlin and Mary Fronck, via email. The anticipated solicitation issuance dates for these projects are expected to range from April to July 2026, with a small business size standard set at $37 million under NAICS code 237990.
    183 CES Demolish Buildings 12 & 13
    Dept Of Defense
    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.
    DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Dept Of Defense
    The U.S. Army Corps of Engineers, Seattle District, is seeking interested business sources for the DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project located at Camp Pendleton, California. This opportunity involves a firm-fixed-price construction contract estimated between $25 million and $100 million, focusing on the renovation of a 140,000 sq ft warehouse and 19,000 sq ft of administrative facilities, with a construction period of approximately 18 months. Interested firms are required to submit a capabilities package by January 9, 2026, detailing their qualifications, past project experience, and potential for small business subcontracting, with all submissions directed to Briana Armstrong and Andrea Jackson via email. All interested parties must also be registered in the System for Award Management (SAM) to be eligible for contract award.
    Demo B6119
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the demolition of Building 6119 at Dyess Air Force Base in Texas. The project entails the complete demolition of the building, including the removal of concrete slabs, foundations, and various structural components, with a focus on adhering to safety and environmental regulations, particularly concerning asbestos abatement. This procurement is crucial for site preparation and redevelopment, ensuring compliance with federal and state standards. Interested contractors must submit their proposals by December 15, 2025, including a detailed project timeline and pricing breakdown, and can direct inquiries to Victor Oliveras Miranda at victor.oliveras-miranda@us.af.mil or Danny L. Webb at danny.webb.2@us.af.mil.
    Demo B6142
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Building 6142 at Dyess Air Force Base in Texas. The project involves the complete demolition of the structure, including concrete slabs and foundations to a depth of three feet below grade, along with the removal of all associated interior and exterior components, while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the base and ensuring compliance with federal and state environmental standards. Interested contractors must submit their proposals by December 16, 2025, at 12:00 PM CST, and can direct inquiries to Marshal Khinno at marshal.khinno@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.