Installation Entry Control (Main Gate) Facility
ID: W50S8F25RA003Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NP USPFO ACTIVITY NJANG 177EGG HARBOR TOWNSHIP, NJ, 08234-9500, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking contractors for the installation of an Entry Control Facility at the Main Gate in Egg Harbor Township, New Jersey. This project falls under the category of Commercial and Institutional Building Construction and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in the construction sector. The successful contractor will be responsible for the construction of miscellaneous buildings, which are critical for enhancing security and access control at military installations. Interested parties should reach out to Johanna Paz at johanna.paz.1@us.af.mil or call 609-761-6097 for further details regarding the procurement process.

    Files
    Title
    Posted
    The document outlines a Sources Sought Notice for the construction of the 177th FW Installation Entry Control Facility, targeting firms registered in the System for Award Management (SAM). The notice seeks to identify businesses that qualify under various socio-economic categories, including small businesses, disadvantaged businesses, and service-disabled veteran-owned businesses. Participating firms must demonstrate a bonding capability of at least $10 million for construction projects, supported by a letter from their surety. Entities are required to provide essential company information, such as name, address, and unique identifiers, and confirm their socio-economic status related to the specified NAICS code (236220). The notice stresses the importance of compliance with documentation requirements, indicating that failure to fulfill them may disqualify firms from consideration for a potential set-aside solicitation, following the Federal Acquisition Regulation guidelines. Interested firms must submit their completed response via email to the designated address.
    Lifecycle
    Similar Opportunities
    SECTOR NY VEHICLE GATE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the SECTOR NY VEHICLE GATE project at Base Cape Cod in New York. This procurement involves electrical contracting services, focusing on the installation of electronic modules as part of the facility's security infrastructure. The project is critical for enhancing operational security and ensuring the safety of personnel and assets at the base. Interested small businesses are encouraged to reach out to Marketplace Support at Marketplacesupport@unisonglobal.com or call 877-933-2423 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Grandview Gate, Mountain Home Air Force Base (MHAFB)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified small businesses for the construction of the Grandview Gate Entry Control Facility at Mountain Home Air Force Base in Idaho. This project involves a firm fixed-price, design-bid-build contract with an estimated construction cost ranging from $5,000,000 to $10,000,000, and includes the construction of a gatehouse, ID check canopy, guard booth, and enhancements to the visitor control center, along with necessary infrastructure such as pavements, lighting, and security systems. The initiative aims to identify capable contractors, particularly those designated as 8(a), Woman-Owned, Economically Disadvantaged Woman-Owned, Service-Disabled Veteran-Owned, and HUBZone, to ensure a diverse pool of bidders. Interested firms must submit a capabilities package by March 7, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Linda O'Brien at linda.s.obrien@usace.army.mil or Alysha MacDonald at alysha.a.macdonald2@usace.army.mil.
    SC/NC CONSTRUCTION MATOC
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the SC/NC Construction MATOC (Multiple Award Task Order Contract) aimed at small businesses. This procurement focuses on commercial and institutional building construction, with an emphasis on the construction of administrative facilities and service buildings. The awarded contracts will play a crucial role in enhancing infrastructure capabilities for military operations. Interested parties can reach out to Badri Francis at badri.francis.1@us.af.mil or call 803-647-8542, or contact Jonathan Bailey at jonathan.bailey.28@us.af.mil or 803-299-2043 for further details regarding the solicitation process.
    Base Civil Engineer Complex Construction
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking bids for the construction of a Base Civil Engineering Complex at Westhampton Beach, New York. This project involves the construction of a 26,500 square foot facility for the Civil Engineering Squadron and the Contracting office, along with several optional enhancements including pavement and interior finishes. The contract, which is set aside entirely for small businesses, has an estimated value between $10 million and $25 million, with a duration of 545 days post-award. Interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a pre-bid conference on March 13, 2025, with bids due on or about March 21, 2025. For further inquiries, contact Sara Margaret E Luna at saramargaret.luna.1@us.af.mil or Melissa Santoro at melissa.santoro2.civ@army.mil.
    F-35 CONSTRUCT COMBINED WEAPONS FACILITY
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the construction of the F-35 Combined Weapons Facility at the Jacksonville Air National Guard Base in Florida. This project, designated under solicitation number W50S6Y25BA004, is set aside for small businesses and has an estimated contract value between $10 million and $25 million, focusing on site preparation, utility extensions, and facility construction in compliance with federal regulations. The initiative is crucial for enhancing military capabilities and modernizing defense infrastructure, with responses due by 10:00 AM on March 20, 2025. Interested contractors can reach out to TSgt Frederick Cherry at frederick.cherry.1@us.af.mil or call 904-741-7405 for further information.
    Level-I Confinement Facility at Sheppard Air Force Base, Texas
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a Level-I Confinement Facility at Sheppard Air Force Base in Texas. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is specifically focused on the construction of penal facilities. The successful contractor will be responsible for delivering a facility that meets the stringent requirements set forth by the military, ensuring safety and compliance with federal standards. Interested parties should reach out to Brian Welch at brian.j.welch@usace.army.mil or call 918-669-7652 for further details, including any amendments to the solicitation, with the latest update being Amendment 0003.
    JOB ORDER CONTRACT – Construction, Region C (DE, MD, VA, WV)
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command – New Jersey, is seeking small businesses in the 8(a) program to fulfill a Job Order Contract (JOC) for construction, maintenance, and repair services across Delaware, Maryland, Virginia, and West Virginia. The contract, valued at over $10 million over five years, will be awarded under an Indefinite Delivery, Indefinite Quantity (IDIQ) framework, emphasizing high-quality project execution and compliance with safety and environmental regulations. Interested firms are required to submit a capabilities statement detailing their experience, 8(a) certification, and bonding capabilities by March 4, 2025, to the designated contacts, Christopher Naylor and Amber Mears, via email. This initiative aims to enhance competition and support small business participation in federal contracting opportunities.
    Armed Forces Recruiting Stations Tenant Improvements
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking construction contractors for tenant improvements and security system installations at Armed Forces Recruiting Stations located in Maryland and other Mid-Atlantic states. The project involves comprehensive renovations, including aesthetic and functional upgrades such as the installation of wall graphics, carpet tiles, and new doors, as well as the repair and repainting of existing structures to create a modern and professional environment. This initiative is crucial for enhancing the usability and compliance of recruiting facilities, with an estimated contract value between $100,000 and $500,000. Interested contractors, particularly small and service-disabled veteran-owned businesses, must submit their capability statements by February 25, 2025, and should be registered in the SAM database to be eligible for contract award. For further inquiries, contact Sharon Alexander at sharon.l.alexander@usace.army.mil or call 410-962-0191.
    Construction and Facilities Maintenance (CSS 97161 and 90120)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for construction and facilities maintenance services under the presolicitation notice titled "Construction and Facilities Maintenance (CSS 97161 and 90120)." The procurement aims to address needs related to commercial and institutional building construction, as well as the maintenance of office buildings, which are critical for ensuring operational efficiency and safety within military facilities. This opportunity is set aside for local area businesses, as indicated by the Local Area Set-Aside (FAR 26.2) designation, and interested contractors can reach out to Shannon Harvey at shannon.e.harvey3.civ@army.mil or by phone at 609-562-4243 for further details. Additionally, Sharon Wilson-Emmons is available at sharon.wilson-emmons.civ@army.mil or 609-562-6405 for inquiries.
    Repair Ammunition Rail Trestle & Culvert, Naval Weapons Station Earle (NWSE), Colts Neck, New Jersey
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking qualified small businesses to provide construction services for the repair of the Ammunition Rail Trestle and culverts at Naval Weapons Station Earle in Colts Neck, New Jersey. The project involves specialized tasks such as compaction grouting, reinstallation of degraded pipe culverts, dewatering, and coordination with Navy railroad operations, with an anticipated construction budget ranging from $10 million to $25 million. This opportunity is crucial for maintaining the operational integrity of the facility's rail infrastructure, and interested firms, particularly those that are service-disabled veteran-owned, veteran-owned, certified HUB-Zone, 8(a), or women-owned, are encouraged to submit their capabilities documents detailing relevant experience by February 27, 2025. For further inquiries, contractors can contact Mary Pool at mary.pool@navy.mil or by phone at 757-341-1650.