BEJ Overlook Fence Installation
ID: W912PM-24-Q-0040Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST WILMINGTONWILMINGTON, NC, 28403-1343, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

FENCING, FENCES, GATES AND COMPONENTS (5660)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for the installation of a precast concrete fence at the B. Everett Jordan Dam in Moncure, North Carolina. The project involves the removal of an existing wooden fence and the installation of a 640-foot fence, with all labor, supervision, and materials provided by the awarded contractor. This installation is crucial for enhancing public safety and maintaining secure facilities, reflecting the government's commitment to compliance with federal regulations. Interested small businesses must submit both a price quote and a technical proposal via email by September 23, 2024, following a mandatory site visit on September 5, 2024. For further inquiries, contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Jenifer Garland at jenifer.m.garland@usace.army.mil.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers seeks a firm to install a 640-foot, 3-rail precast concrete fence at the B. Everett Jordan Lake Visitor Assistance Center in North Carolina. The Corps will provide the fence posts and rails. This project is a small business set-aside with a firm-fixed price contract and an estimated value between $25,000 and $100,000. The work must be completed within 90 days of award during normal working hours, Monday through Friday. Bidders must register in the System for Award Management, with a NAICS code of 238990 and a size standard of $19 million. The solicitation will be available around August 23, 2024, and interested parties can contact Mr. Benjamin Rickman or Ms. Jenifer Garland for further details.
    The document outlines the specifications and requirements for the installation of a new fence as part of the BEJ Overlook Fence project, under Solicitation Number W912PM-24-Q-0040. The materials specified for the new fence are American Precast Concrete and Woodcrete Ranch Rails. The existing wooden fence is being removed, with dimensions of sections spaced 6' to 7' apart, while new holes may need to be drilled to install the new fence, as existing holes may not align. Two secured temporary staging areas are available for equipment and material storage. Contractors are responsible for any damages to the materials supplied, although a limited amount of extra materials is on hand. Hardware is not required for installation as per manufacturer specifications, and no permitting is the contractor's responsibility. Overall, the project's details emphasize contractor readiness for logistics, compliance with specifications, and responsibility for materials during the fence installation process.
    The U.S. Army Corps of Engineers is issuing a Request for Proposal (RFP) for the installation of a 640-foot precast concrete fence adjacent to the B. Everett Jordan Lake Visitor Assistance Center in Moncure, North Carolina. The project scope involves the removal of an existing wooden fence by the Corps, with all labor, supervision, transportation, and tools provided by the awarded contractor. Construction must comply with detailed specifications, including safety standards laid out in the Corps' manual, and work should begin within 30 days, with a completion timeline of 90 days. The document outlines safety requirements, accident prevention programs, quality control measures, and responsibilities regarding equipment and personnel, emphasizing adherence to federal and state regulations. Regular inspections will ensure contractor compliance with contract terms before payments for work are processed. Additionally, contractor personnel must complete AT Level I and OPSEC training due to the sensitivity of working within Army-controlled areas. This project, essential for public safety, reflects the government's commitment to maintaining secure and compliant facilities.
    The document details specifications and requirements for a construction project involving precast concrete elements designed by American Precast Concrete, Inc., in compliance with the 2019 California Building Code. Key design parameters include a wind velocity of 100 mph, seismic design considerations, and structural integrity assessments, underscoring the need for proper installation and adherence to engineering standards. Notably, the contractor must engage a geotechnical engineer to evaluate soil conditions, as site-specific topography may impact structural performance. Additional criteria outline concrete material properties, installation procedures, and reinforcement standards, emphasizing the necessity for the use of clean materials and specific construction practices to ensure stability. The document also highlights the obligation of the owner to comply with construction regulations and conduct special inspections as mandated by local building codes. Reinforcement requirements and concrete strength specifications are included to guide the contractor in delivering safe and lasting structures, with explicit conditions regarding site preparation and limits on construction load placement near retaining walls. This comprehensive guidance supports both regulatory adherence and structural reliability, reflecting typical expectations within federal and local project proposals.
    This document is an amendment related to a federal solicitation or contract modification, designated as W912PM24Q0040. The primary purpose of the amendment is to update relevant stakeholders about new documentation pertaining to the solicitation, including a site visit sign-in sheet, received questions with answers, manufacture specifications, and example photos. The amendment reiterates that all other terms and conditions of the original solicitation remain unchanged. Key components include the requirement for offerors to acknowledge receipt of this amendment to ensure their proposals are considered valid and are not rejected due to lack of acknowledgment. The amendment does not extend the submission deadline, and it highlights the importance of submitting any changes to offers before the specified opening time. The document reflects standard practices in federal contracting, providing essential updates while maintaining the integrity of the original solicitation terms. It is crucial for participants in the bidding process to stay informed and adhere to the requirements outlined in such amendments to ensure compliance and successful proposal submission.
    The document presents a Request for Quote (RFQ) for the BEJ Overlook Fence construction project, with an estimated cost between $25,000 and $100,000, designed exclusively for small businesses. Bids will be evaluated based on the lowest price and technical acceptability. It stipulates submission requirements, including a technical proposal and price quote due by September 23, 2024, along with an Annual Representation and Certification that must be returned with the quote. A mandatory site visit is scheduled for September 5, 2024. The successful contractor must begin work within 30 days of award and complete it within 90 days. The document outlines specific provisions about performance bonds, the necessity to provide proof of relevant experience, and compliance with various federal regulations, including equal opportunity and adherence to the Buy American Act. It emphasizes the importance of past performance ratings and requires registration with the System for Award Management (SAM). This solicitation underscores the government's commitment to utilizing small businesses while ensuring compliance with federal contracting standards and guidelines.
    The document outlines a Request for Quotation (RFQ) issued by the US Army Corps of Engineers for a project titled "BEJ Fence Installation," identified by RFQ No. W912PM24Q0040. A site visit is scheduled for September 5, 2024, at 10:00 AM EST. The document includes contact details of several representatives from the US Army Corps of Engineers and various construction companies interested in the project, including T Savage Construction LLC, Legacy Development, and Catawba LLC. Relevant email addresses are provided for communication regarding the RFQ. Overall, the file serves as a formal notification to potential bidders regarding the fence installation project, outlining necessary steps for participation and emphasizing the importance of the scheduled site visit for prospective contractors seeking to submit their proposals. The document is structured to facilitate clear communication among government agencies and interested firms, reflecting standard practices in federal procurement processes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    RR465 MRSG Motor Pool Fence
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the construction of a motor pool fence at Camp Lejeune, North Carolina, under Solicitation No. N40085-24-R-2855. The project involves the installation of approximately 400 linear feet of galvanized steel chain link fence with barbed wire and "Y" outriggers, aimed at enhancing security for the Marine Raider Support Group while ensuring minimal disruption to ongoing operations. This initiative is critical for compliance with military security standards and is estimated to cost between $25,000 and $100,000, with a completion timeline of 180 days post-award. Interested small businesses must submit their proposals by September 17, 2024, and are encouraged to contact Angela Little at angela.f.little2.civ@us.navy.mil for further details.
    Philpott Bulkhead Testing
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting quotes for strength and material testing related to the secondary bulkhead of the Philpott Dam in Wilmington, North Carolina. The project aims to assess and rehabilitate the bulkhead, which has been in use since the 1940s and has sustained damage requiring comprehensive testing of both original and new materials, including chemical analyses and non-destructive testing of welds. This procurement is a total small business set-aside under NAICS Code 541330, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested bidders must submit both a Price Quote and Technical Proposal via email by September 23, 2024, to the designated contacts, Benjamin Rickman and Troy Small, with all submissions adhering to specified formatting requirements.
    Solicitation for Concrete Jersey Barriers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of concrete jersey barriers to be delivered to Marine Corps Base Camp Lejeune in North Carolina. The requirement includes 200 four-foot and 300 eight-foot plain concrete jersey barriers, with specifications that adhere to the standards set by the North Carolina Department of Transportation. These barriers are crucial for enhancing site security and infrastructure at military installations. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers by 2:00 PM on September 18, 2024, and can direct inquiries to Robert Anderson at robert.anderson@usmc.mil or by phone at 910-451-3011.
    B. Everett Jordan Dam Bypass Pumping
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Wilmington District, is seeking information from potential contractors for the B. Everett Jordan Dam Bypass Pumping project in Moncure, North Carolina. The project requires contractors to provide cleaning services, including pumping a minimum of 40 cubic feet per second (CFS) continuously for 17 to 21 days, scheduled between January and February 2025. This initiative is critical for maintaining the operational integrity of the dam facilities, ensuring effective water management and environmental compliance. Interested firms must submit their capabilities and relevant documentation by September 20, 2024, at 2:00 PM EST, and can direct inquiries to Jenifer Garland at jenifer.m.garland@usace.army.mil or Troy Small at troy.d.small@usace.army.mil.
    Z--REPLACE FENCING, CARTER BARRON FACILITY
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of approximately 2,100 linear feet of fencing at the Carter Barron Facility in Rock Creek Park, Washington, D.C. The project involves the removal and disposal of existing chain link fencing and the installation of an 8-foot-tall anti-scale mini mesh fence to enhance security and address ongoing vandalism issues. This initiative is part of the government's commitment to maintaining and improving public park infrastructure, ensuring safety and aesthetic appeal. Interested small business contractors must submit sealed quotes by September 18, 2024, and attend a mandatory site visit on September 5, 2024. For further inquiries, contact Jason Burdett at jasonburdett@nps.gov or call 501-762-9517.
    Construct Perimeter Security Fence
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids from qualified small businesses for the construction of a secondary perimeter security fence at the Tennessee Air National Guard Base in Memphis, TN. The project involves installing a 5,500-foot-long anti-climb fence, complete with multiple gates and crash-rated vehicle swing gates, to enhance base security. This construction effort is critical for maintaining the safety and integrity of military operations, with a contract value estimated between $1 million and $5 million. Interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a pre-bid conference on August 28, 2024, with bids due by October 9, 2024. For further inquiries, contact Christopher Rhyne at christopher.rhyne.1@us.af.mil or by phone at 901-291-7109.
    Fence Boundary Maintenance and Emergency Repair
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service at the Savannah River Site, is soliciting proposals for a contract focused on Fence Boundary Maintenance and Emergency Repair. The contractor will be responsible for providing all necessary labor, materials, and equipment to perform regular maintenance and emergency repairs on approximately 7.1 miles of fencing, including clearing vegetation and repairing damaged sections within a 72-hour response time for urgent repairs. This contract is critical for maintaining the integrity and security of the site, ensuring compliance with federal regulations and safety standards. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Tung (Joe) Nguyen at tung.nguyen@usda.gov or Jeremy Prince at jeremy.prince@usda.gov for further information.
    Falls Waterline
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a waterline repair project at the Falls Lake Tailrace area in Wake Forest, North Carolina. The project involves locating and repairing a leak in a 1.5” PVC water line, installing a 4” pressure reducing valve, and conducting necessary repairs to asphalt and disturbed areas. This procurement is set aside for small businesses under NAICS code 237110, with a size standard of $45 million, emphasizing the government's commitment to engaging small enterprises in infrastructure maintenance. Proposals, including a Price Quote and Technical Proposal, must be submitted electronically by September 23, 2024, to the designated contacts, Benjamin Rickman and Troy Small, at the provided email addresses.
    LMA RSW Replacement Fender
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the supply and delivery of two new marine leg fenders to replace damaged fenders at the Lower Monumental Lock and Dam in Washington. The procurement requires compliance with specific technical specifications to ensure the fenders' durability and performance under challenging conditions, including UV exposure and extreme temperatures, with detailed requirements regarding dimensions, material tensile strength, and energy absorption characteristics. This project is critical for maintaining the integrity of the dam's infrastructure and ensuring effective water management systems. Interested contractors must submit their proposals by 11:00 AM on September 20, 2024, and should contact Tiffany Chang at tiffany.chang@usace.army.mil or Tracy Gluck at Tracy.Gluck@usace.army.mil for further information.
    Kaukaun Dry Dock Fence
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Chicago office, is seeking contractors for the construction and installation of a chain link fence at the Dry Dock property in Kaukauna, Wisconsin. This project falls under the Landscaping Services industry, classified under NAICS code 561730, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The installation of the fence is crucial for enhancing security and delineating property boundaries at the facility. Interested contractors can reach out to Kyle Smith at kyle.d.smith@usace.army.mil or by phone at 312-846-5370 for further details regarding the solicitation process.