BEJ Overlook Fence Installation
ID: W912PM-24-Q-0040Type: Presolicitation
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
    Presolicitation
    Similar Opportunities
    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.
    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.
    Fencing Material
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of fencing materials for the Anniston Army Depot (ANAD) in Alabama. This solicitation, designated as a Total Small Business Set-Aside, requires vendors to provide detailed technical literature that demonstrates compliance with specific requirements for chain link fencing, including materials such as 9 gauge aluminum-coated steel wire and zinc-coated high-strength steel posts. The procurement is critical for ensuring the security and durability of military installations, with proposals due by 10:00 AM CST on October 1, 2024. Interested parties should direct inquiries to Crystal Hodges at crystal.l.hodges8.civ@army.mil or Larry Stephney at larry.d.stephney.civ@army.mil, and must ensure compliance with all submission guidelines outlined in the solicitation documents.
    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.
    Fence Repair BPA Fort Drum, NY
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Fencing Services at Fort Drum, NY. The BPA will be active from April 27, 2024, to April 26, 2029. The services required include repairing and replacing various types of fencing, gates, operators, associated components, and hardware. The contractor must adhere to ASTM specifications and tolerances for material fabrication and installation. The work will be performed in accordance with the Performance Work Statement and subject to the terms and conditions of the contract. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 238990. The registrations can be done through the System for Award Management (SAM) website. The contractor will not receive a BPA until these registrations are completed. Interested parties should submit their UEID, CAGE Code, and capabilities statement via email to the provided contacts.
    DREDGE MERRITT – SHIPYARD REPAIR SERVICES
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, under the Department of Defense, is soliciting proposals for shipyard repair services for the Dredge Merritt, located in Wilmington, North Carolina. The contractor will be responsible for providing all necessary labor, materials, and services to complete repairs, maintenance, and modifications while the vessel is dry-docked for a period of up to 90 days. This procurement is critical for maintaining the operational integrity of the Dredge Merritt, which plays a vital role in maritime engineering and dredging operations. Interested small businesses must submit their quotes and technical proposals electronically by 2:00 PM ET on October 22, 2024, and are encouraged to attend a mandatory site visit on September 30, 2024. For further inquiries, contact Diana Curl at diana.d.curl@usace.army.mil or Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil.
    44 MED Monument Relocation on Fort Liberty (Amendment 01)
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Liberty, North Carolina, is seeking qualified small businesses to provide specialized freight trucking services for the relocation of a granite monument for the 44th Medical Brigade. The procurement involves the assessment, removal, transportation, and installation of the monument, which measures approximately 6 feet in length, 2 feet in width, and 5 feet in height, including its base, with the existing concrete slab at the new site remaining in place. This initiative underscores the importance of preserving memorials and ensuring their compliant relocation, reflecting the government's commitment to engaging small businesses in federal contracts while adhering to specific performance and safety standards. Interested parties must submit their quotes by September 23, 2024, with the performance period commencing on September 30, 2024; for further inquiries, contact Amanda Foster at amanda.l.foster22.civ@army.mil or Robert Mayer at robert.w.mayer19.mil@army.mil.
    PN 103069 SOF Carbon Net Zero Barracks, at Fort Liberty, North Carolina
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is soliciting proposals for the construction of Carbon Net Zero Barracks at Fort Liberty, North Carolina. This project involves the design and construction of a Permanent Party Unaccompanied Housing facility for junior enlisted personnel and junior noncommissioned officers, accommodating 146 individuals with various amenities including living areas, fitness rooms, and common spaces, all designed to meet Net Zero greenhouse gas emissions standards. The contract, valued between $50 million and $100 million, will be awarded using a Firm Fixed Price and Fixed-Price Incentive structure, with proposals due following the latest amendments. Interested contractors must register in the System for Award Management (SAM) and can contact Karri Mares at karri.l.mares@usace.army.mil or John Hill at john.t.hill@usace.army.mil for further details.
    Warehouse Security Gates
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to supply and install three new security gates at Building 1006, 125th Fighter Wing in Jacksonville, Florida. The project involves the removal of three existing inoperative gates, including electrical components, and the installation of new gates equipped with mechanical operators, switches, safety sensors, and locks, all to be completed within 90 calendar days. This procurement is critical for enhancing security at the facility, ensuring operational efficiency and compliance with safety standards. Interested small businesses must submit their proposals by May 1, 2024, and can direct inquiries to Mark Penwell at mark.penwell.1@us.af.mil or call 904-741-7445.
    Concrete Removal and Disposal Services at Fort Meade, MD
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide concrete removal and disposal services at Fort Meade, Maryland, associated with the de-installation of an AN/FSC-78 Satellite Antenna. The contractor will be responsible for transporting up to 40,000 pounds of steel-reinforced concrete slabs, managing the loading, transportation, and disposal processes, while ensuring compliance with safety and environmental regulations. This contract is crucial for maintaining infrastructure at the Army base and is set for a duration of one to five days, scheduled between October 1 and October 31, 2024, with a bid submission deadline of September 26, 2024. Interested parties should submit their quotes via email to Megan Jones at megan.jones5.civ@army.mil, adhering to the requirements for small business set-asides, including participation from service-disabled veteran-owned and women-owned small businesses.