Roof Repair B11341
ID: W911SG24B0008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BLISSFORT BLISS, TX, 79916-6812, USA

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The U.S. Army's Directorate of Public Works at Fort Bliss, Texas, is seeking bids from service-disabled veteran-owned small businesses (SDVOSB) for a firm-fixed-price contract. The primary goal is to remove and replace the thermoplastic polyolefin roofing of Building 11341 with a new, upgraded roofing system, including insulation and a glass-mat roof board.

    This project is part of a larger initiative to modernize the army base's infrastructure, focusing on durable and environmentally compliant roofing solutions. The work must be completed within 90 days of receiving notice, with a projected timeline of up to 365 days for full completion.

    Interested SDVOSBs should attend the site visit and mandatory pre-bid conference on July 10, 2024, and submit their bids, including detailed drawings, by 10:00 AM MST on August 12, 2024. The contract, with an estimated value of up to $5 million, will be awarded to the lowest responsive bidder, prioritizing cost-effectiveness, technical expertise, and adherence to environmental regulations.

    Files
    Title
    Posted
    The document outlines a solicitation for roof repair project B11341, issued on July 1, 2024, and opened on August 12, 2024, by the MICC - Fort Bliss office. It details one offer received from Blue Cloud LLC with a bid amount of $1,262,000, as well as a government cost estimate of $2,129,932. The solicitation includes acknowledgment of one amendment and specifies that bid security was provided via a bid bond equal to 20% of the offered amount.
    The document pertains to solicitation number W911SG24B0008 for roof repair project B11341, detailing the submission of multiple offers for construction. It includes offeror information, bid security types, and prices from various contractors, such as DRI, INC., Panacea Construction Group LLC, and CECOS Group, LLC. Each offer includes estimated unit prices and amounts for contract items, with specific guidelines for recording additional offers.
    The document is an abstract of offers for the construction project titled "Roof Repair B11341," listing multiple contractors with their respective bid securities and acknowledgment of amendments. The main contract item involves a job with estimated costs from various bidders, the lowest being $1,250,000.00 by AAA General Contractors, LLC, and the highest at $1,689,499.01 by Jet Set II, LLC. Additional forms are provided to accommodate bids if the number of items exceeds specified limits.
    The document outlines the Abstract of Offers for a construction project titled "Roof Repair B11341," requiring additional forms for submissions with more than two offers. It details several offerors, their bid securities (all with a 20% bid bond), and corresponding bid amounts, with the highest noted at approximately $1,978,230.01. The table accommodates data for estimated quantities, unit prices, and amounts for the contract items.
    The document is a continuation sheet for the Abstract of Offers related to Construction Solicitation Number W911SG24B0008, specifically for the Roof Repair project at B11341. It outlines the required submission procedures when more than two bids are received, and lists the first offer from Vortex, LLC, which includes a bid bond of 20% and an estimated job cost of $2,011,777.01. Additional continuation sheets are required if more than 13 items are listed for the contract.
    The text provides guidance for users experiencing issues with a PDF document that may not display correctly. It suggests upgrading to the latest version of Adobe Reader for optimal viewing and offers links for additional assistance with Adobe Reader. Additionally, it includes trademark disclaimers for Windows, Mac, and Linux operating systems.
    The Record of Environmental Consideration for the roof replacement project at Fort Bliss highlights potential environmental concerns, particularly the presence of asbestos and lead, which must be managed according to specific regulations. Reviewers from various environmental programs have concurred with the project, emphasizing the need for proper disposal and management of hazardous materials, as well as compliance with local and federal laws. Concurrence is contingent upon adherence to outlined comments and requirements, which include obtaining appropriate surveys and disposal certifications for any hazardous waste generated.
    The document outlines the procedures and requirements for the transfer and acceptance of Department of Defense (DoD) real property, detailing transaction specifics, such as organization details, facility information, costs, and funding sources. It includes a completion statement to certify that the listed facilities meet the approved specifications, as well as space for noting any construction deficiencies. Additionally, it provides instructions for filling out the form and references relevant codes for categorizing real property.
    This document outlines a Request for Information (RFI) submitted by a contractor regarding a specific issue identified in a Statement of Work (SOW). It includes details such as the RFI's subject, the proposed solution, and the necessary approvals from various stakeholders including safety and environmental departments. Signatures from relevant parties confirm acceptance of the proposed solution.
    The document outlines a project for repairing roof damages at Building 11341 on Fort Bliss, Texas, including construction limits, general notes, and detailed requirements for contractors regarding accessibility and safety during construction. It specifies that the contractor must maintain compliance with safety regulations, properly handle existing utilities, and ensure at least 60% of construction waste is recycled. Additionally, it includes design specifications for roofing materials, installation procedures, and environmental considerations for hazardous materials.
    This document outlines the procedure for contractors to submit shop drawings, equipment data, materials samples, and compliance certificates for approval, as per specifications in ER 415-1-10. It includes a detailed format for submitting items, ensuring compliance with contract requirements, and provides guidance on how to categorize submissions and variations. The form must be filled out by the contractor, reviewed by the approving authority, and all submissions must follow a sequential numbering system.
    The Site Visit Sign-In Sheet for Solicitation #W911SG24B0008, dated July 10, 2024, lists participants, including their names, organizations, contact numbers, and email addresses. Key attendees include representatives from MICC, Aztec, Blue Nose Construction, and other contractors. Information is presented across two tables, with notable contact information indicating participation from various construction and governmental entities.
    The document outlines the procedure for contractors to submit material approval requests, as per TRADOC Reg 715-3. It includes instructions for completing the submission form, which requires details about materials and their specifications, and mandates that submissions are numbered and organized for evaluation. Approval from the contracting officer is necessary for the submission to be valid.
    The document is a solicitation for a construction project titled "Roof Repair Building 11341" at Fort Bliss, TX, issued as Solicitation No. W911SG24B0008 on July 1, 2024. It is set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB) and requires bids by August 12, 2024, with an estimated construction value between $1,000,000 and $5,000,000, under which the contractor must provide a superintendent on-site at all times. Prospective bidders must adhere to various requirements including performance and payment bonds, safety protocols, and the Buy American Act, among others, with specific guidelines on submittals, work hours, and handling of hazardous materials outlined throughout.
    This document is an amendment to solicitation W911SG-24-B-0008 issued by MICC - Fort Bliss, effective July 31, 2024, which extends the bid submission deadline to August 12, 2024, at 10:00 AM MST for a roof repair project. It outlines bid submission requirements, includes details for a pre-bid conference on July 10, 2024, and emphasizes that bids must be submitted in person, with specific documentation required from bidders. Additionally, the solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB).
    The document provides answers to various RFIs related to a roof repair project (W911SG24B0008), addressing material handling, site safety, contractor responsibilities, and project specifics including asbestos testing and tax exemptions. Key points include the allowance of telescopic handlers for loading, the requirement for fencing, contractor responsibility for asbestos surveys, and specifications for roofing materials and staging areas. Additionally, it clarifies access protocols and confirms that contractor supervision cannot have multiple roles, among other project logistics.
    This document details a government solicitation (W911SG24B0008) for a roof repair project at Building 11341, Fort Bliss, TX, specifically involving the removal of an existing TPO roofing system and replacement with a new system, alongside insulation and other structural improvements. The contract type is Firm Fixed-Price (FFP) and is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with bids due by 10:00 AM on August 6, 2024, and a performance period of 90 days post-Notice to Proceed. The document outlines various requirements including bid guarantees, performance bonds, worker insurance standards, and adherence to environmental regulations.
    Lifecycle
    Title
    Type
    Roof Repair B11341
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    Pre-Solicitation Notice Ft Belvoir Roofing Services
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Belvoir, Virginia, is preparing to solicit bids for roofing services under a Single Award Task Order Contract. This procurement aims to support the Directorate of Public Works in maintaining, repairing, and modernizing various real property facilities across Fort Belvoir and its associated locations, including Fort A.P. Hill and Arlington National Cemetery. The contract will encompass a range of roofing tasks, including removal, installation, repair, and sealing of roofs, utilizing various materials and systems. The anticipated solicitation release date is around October 2024, with a site visit scheduled for October 9, 2024, for prospective bidders. Interested parties must have a CAGE Code and be registered in the System for Award Management (SAM) to participate in this Competitive 8(a) small business set-aside opportunity, which has a performance period expected from September 17, 2025, to September 16, 2030. For further inquiries, contact Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas D. Buffington at douglas.d.buffington.civ@army.mil.
    Y1DA--Roof Leak Investigation and Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a roof leak investigation and repair project at the Dorris Miller VA Medical Center in Waco, Texas. The procurement specifically targets Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves addressing water infiltration issues, particularly related to dormer windows, with an estimated contract value between $100,000 and $250,000. This project is crucial for maintaining the integrity of the facility's infrastructure and ensuring a safe environment for veterans. Interested bidders must attend a mandatory site visit on August 22, 2024, with quotes due by September 12, 2024; for further inquiries, contact Contract Specialist Tailor E. Brown at Tailor.Brown2@va.gov.
    Fort Bliss Vehicle Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for vehicle maintenance services at Fort Bliss, Texas. The contractor will be responsible for providing mechanics to supplement government personnel, performing both scheduled and unscheduled maintenance, inspections, and repairs on various vehicles to ensure a Mission Capable rate of at least 90%. This contract is critical for maintaining operational readiness and safety compliance within the military's vehicle fleet. Proposals are due by September 9, 2024, and interested vendors should contact MSgt Owen Hurley at owen.hurley.1@us.af.mil or SSgt Randal Rose at randal.rose@us.af.mil for further information.
    Amendment #0001 Regional Vertical Contruction Small Business (SB) MATOC, Install PTAC Units on Living Quarters (1005, 1004, 1006, 11332 Buildings) Fort Bliss, TX.
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the installation of PTAC units in living quarters at Fort Bliss, TX, under the Regional Vertical Construction Small Business MATOC. This project involves the repair or alteration of troop housing facilities, specifically targeting buildings 1005, 1004, 1006, and 11332, to enhance living conditions for military personnel. The procurement is set aside for small businesses, emphasizing the importance of supporting local contractors in fulfilling government needs. Interested parties can find more details by logging into the PIEE portal and searching for solicitation number W9126G24R2400, and they may contact Rodney Alexander at 817-886-1090 or via email at Rodney.d.alexander@usace.army.mil for further inquiries.
    W912QR-41659960 - National Roofing Program - New Mexico
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the National Roofing Program (NRP) project in Santa Fe, New Mexico, specifically for roof repair and replacement services. This design-build project requires contractors to provide comprehensive construction services, including the replacement of modified bitumen roof systems, installation of energy-efficient skylights, and adherence to updated construction standards aimed at enhancing energy efficiency and durability. The total estimated contract value ranges from $1,000,000 to $5,000,000, with proposals due by September 10, 2024, and work expected to commence within ten days of the notice to proceed. Interested contractors should contact Ryan King at ryan.m.king2@usace.army.mil for further details.
    N099--NEW: El Paso VA Remove and Replace Blackout Shades
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for the removal and replacement of blackout shades at the El Paso VA Healthcare System, under solicitation number 36C25724Q0905. The project involves replacing approximately 61” x 71” blackout shades and associated motor controls, with work scheduled primarily during non-office hours to minimize disruption. This initiative is part of the VA's commitment to enhancing service facilities for veterans and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), reflecting the government's support for veteran enterprises. Interested contractors must submit their proposals by September 11, 2024, at 5 PM Central Time, and can direct inquiries to Contract Specialist Brandy Riha at brandy.riha@va.gov.
    Security System Monitoring - Fort Bliss Nat'l Cem -- N063
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Security System Monitoring services at the Fort Bliss National Cemetery in El Paso, Texas. This contract, valued at approximately $25 million, encompasses a base year and four optional years, requiring comprehensive monitoring, annual inspections, and maintenance of existing fire and security systems across multiple buildings. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the government's commitment to supporting veteran-owned enterprises. Interested offerors must submit their proposals by September 9, 2024, with the contract performance scheduled to commence on October 1, 2024. For inquiries, contact David Boyd at david.boyd7@va.gov.
    Z1DA--PROJECT 546-24-119, Bid-Build (BB) Replace Roof in Building 7 at Miami VAHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for Project 546-24-119, which involves replacing the roof of Building 7 at the Miami VA Healthcare System. The project requires comprehensive construction services, including labor, materials, and supervision, with a focus on utilizing environmentally preferable products and ensuring compliance with the Buy American Act. This initiative is critical for maintaining the structural integrity and safety of the facility, with an estimated project cost between $1 million and $2 million and a target completion period of 240 calendar days after the notice to proceed is issued. Interested vendors must be registered in the System for Award Management (SAM) and are advised to await the official Request for Proposal (RFP), expected to be posted around September 26, 2024; for further inquiries, contact Aldwyn Singleton at Aldwyn.Singleton@va.gov or Michael Zorzi at michael.zorzi@va.gov.
    Information System Facility Phase II
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of Phase II supporting facilities for the previously awarded Information Systems Facility at Fort Worth. This project encompasses the development of an Administrative Facility, Organizational Vehicle Parking Lot, Parking Lot Lighting, Covered Storage Building, extension of Kentucky Avenue, landscaping, and all associated site work outside the 5-foot line of supporting facilities. The construction is vital for enhancing operational capabilities and infrastructure at the site. Proposals are due by September 18, 2024, at 2:00 PM, and interested parties can contact Vernon Valigura at vernon.n.valigura2@usace.army.mil or Robert Buchanan at robert.e.buchanan@usace.army.mil for further information.
    Z1LB--CTX Parking Lot Storm Drain Repairs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "CTX Parking Lot Storm Drain Repairs" project at the Temple VA Medical Center in Texas. This federal contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, and supervision to repair the storm drain within 30 days of receiving the Notice to Proceed, with an estimated construction cost between $25,000 and $100,000. The project is critical for maintaining infrastructure integrity and ensuring proper drainage at the facility, which supports the VA's commitment to improving its services. Interested contractors must submit their quotes by September 10, 2024, and can direct inquiries to Contracting Officer Cheryl P. Clark at cheryl.clark4@va.gov.