Roof Repair B11341
ID: W911SG24B0008Type: Presolicitation
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) Sole Source (FAR 19.14) (SDVOSBS)
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
    Solicitation
    Roof Repair B11341
    Currently viewing
    Presolicitation
    Similar Opportunities
    District Warehouse Roof Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the District Warehouse Roof Replacement project located in Omaha, Nebraska. This project involves the replacement and repair of roofing assemblies for the existing MRPO Warehouse building, which is in a failing state, with a focus on extending the building's useful life and ensuring safety. The estimated construction cost ranges from $1 million to $5 million, and the contract is set aside for small businesses, with a performance timeline requiring work to commence within 10 calendar days and be completed within 90 days after contract award. Interested contractors should submit their bids electronically, adhering to the specified guidelines, and may contact Mika N. Mahyenga at mika.n.mahyenga@usace.army.mil or Lee M. McCormick at lee.m.mccormick@usace.army.mil for further information. A site visit is scheduled for September 10, 2024, as detailed in the solicitation documents.
    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.
    NEW CONTRACT (WO 2627) REPAIR THE BUILDING 1027 DEHUMIDIFICATION SYSTEM; AMP PROJECT ID: 4534
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a contract to repair the dehumidification system in Building 1027, identified as AMP Project ID: 4534. The objective of this procurement is to ensure the effective functioning of the building's climate control systems, which are critical for maintaining operational readiness and preserving equipment. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under a sole source designation, emphasizing the government's commitment to supporting veteran entrepreneurs. Interested parties should contact William Parsons at william.a.parsons4.civ@army.mil or Vance Bickford at vance.c.bickford.civ@army.mil for further details, with the procurement process adhering to the guidelines outlined in FAR 19.14.
    54--HVASC,SUPPLY,GREEN
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 50 units of the HVASC, Supply, Green (NSN 5411015224821). This solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to fulfill the needs for prefabricated structures and scaffolding, which are critical for various military operations and logistics. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery is set for 146 days after the award. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    Replace Roof Top Unit (RFU), Blower Assembly, and Heating Coil
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to replace the Roof Top Unit (RTU), blower assembly, and heating coil at the Sam Rayburn Memorial Veterans Center in Bonham, Texas. The contractor will be responsible for providing supervision, labor, materials, and equipment to ensure the installation of a fully operational RTU that is compatible with the existing Siemens Energy Management System, while adhering to specific labor standards and minimizing disruption to ongoing operations. This project is crucial for enhancing the facility's operational efficiency and compliance with federal regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their offers by September 27, 2024, at 1:00 PM CDT, and can contact Melanie Williams at melanie.williams5@va.gov or 210-694-6378 for further information.
    8340--MED RISK HDT Shelters (Quick halt 403 Express & DRASH MX5) Boise VA 531
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of military-grade shelters, specifically the Quick halt 403 Express and DRASH MX5 models, for the Boise VA Medical Center in Idaho. The contract requires the delivery of two shelters, with the larger one measuring between 500 and 550 square feet and the smaller one between 250 and 275 square feet, both designed to meet stringent standards for emergency management, including waterproof materials and specific features such as zip-style doors and HVAC ducting. This procurement is critical for replacing a previously damaged shelter and ensuring the facility is equipped to handle emergency situations effectively. Interested vendors must submit their proposals by September 18, 2024, at 12:00 PM Pacific Time, with a total award amount of $13.5 million, and can direct inquiries to Contract Specialist Lance Lee at Lance.Lee2@va.gov or by phone at 360-816-2780.
    Construct Corrosion Control Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Texas Air National Guard, is seeking bids for the construction of a new 12,200 square foot Corrosion Control Facility at Joint Base San Antonio – Kelly Field Annex. The project requires comprehensive non-personal construction services, including labor, materials, and supervision, adhering to federal, state, and local codes, with a focus on environmental compliance and military operational standards. This facility is crucial for maintaining military aircraft by providing specialized areas for corrosion treatment, repair, and painting, thereby enhancing the operational readiness of the Air National Guard. Interested small businesses must submit their bids by September 17, 2024, with a contract value estimated between $10 million and $25 million. For further inquiries, potential bidders can contact Mark A. Green at mark.green.23@us.af.mil or Amanda Bogue at amanda.m.bogue.civ@army.mil.
    Four Story Shoot House Renovation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the renovation of a military shoot house located at Fort Carson, Colorado. The project entails repairing, replacing, and painting structural features, including the replacement of degraded exterior walls and roofing materials with treated plywood and a rubber membrane to prevent water damage. This renovation is crucial for enhancing military training capabilities and ensuring compliance with established quality and safety standards. Interested small businesses must submit their comprehensive offers, including technical specifications and pricing, by September 19, 2024, with the contract expected to commence on September 30, 2024, and run through May 30, 2025. For further inquiries, contractors can contact Matthew Cardenas at matthew.a.cardenas2.mil@army.mil or Julia Gomez at julia.e.gomez.civ@army.mil.
    Z2DA-- 671-22-118 CON Replace Cast Iron Dr 2nd & 3rd FL
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for a construction project to replace the cast iron drain lines on the 2nd and 3rd floors of the Audie L. Murphy Memorial Veterans Hospital in San Antonio, Texas. This project requires contractors to provide all necessary labor, materials, and equipment to upgrade the existing plumbing system, including the installation of new joints and connectors, while adhering to environmental regulations and local building codes. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $1 million and $5 million. Interested contractors should note that a site visit will be scheduled prior to the solicitation release, anticipated around September 30, 2024, and can contact Bobby Reveles at jose.reveles@va.gov for further information.