SOLICITATION AMENDMENT ANNOUNCEMENT W912GB25RA003_Medical Storage Facility, Chad
ID: W912GB25RA003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD FEST NAU1 EUROPEAPO, AE, 09096, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER HOSPITAL BUILDINGS (Y1DZ)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the design and construction of a Medical Storage Facility in N'Djamena, Chad. The project entails demolishing an existing warehouse and constructing a new pre-manufactured facility, which will include essential features such as a concrete access ramp, loading dock, and a photovoltaic power system. This initiative is crucial for enhancing medical infrastructure and logistics support in the region, reflecting the U.S. government's commitment to improving healthcare capabilities in Chad. Interested contractors must submit their proposals by May 12, 2025, following a mandatory pre-proposal site visit scheduled for April 23, 2025, and can direct inquiries to SFC Kelsey Lahue at kelsey.j.lahue@usace.army.mil or SFC Sterling Alphonse at sterling.j.alphonse@usace.army.mil.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers has issued a Request for Proposal (RFP) for the design and construction of a Medical Storage Facility in N’Djamena, Chad, for Fiscal Year 2025. The project includes the demolition of an existing warehouse and the construction of a new pre-manufactured facility, complete with essential features like an access ramp, loading dock, and a photovoltaic power system. The contractor is responsible for delivering a turnkey solution that meets local codes and technical standards while ensuring minimal environmental impact during demolition and construction. Key design criteria emphasize durability and low maintenance requirements, with the facility expected to have a lifespan exceeding 25 years. The project requires extensive coordination across civil, architectural, structural, electrical, and mechanical disciplines, with detailed submissions at various design milestones. It also mandates compliance with environmental regulations and safety standards during all phases, including demolition and earthwork. This initiative underscores the government's commitment to enhancing medical infrastructure support in Chad.
    The document outlines a project initiated by the U.S. Army Corps of Engineers for the construction of a medical storage facility in N'Djamena, Chad. It includes a project location map with geographic coordinates (12°5'57.49"N, 15°3'11.86"E) indicating the precise site of the facility. The project is part of the Europe District's operational initiatives and is expected to enhance medical storage capabilities in the region. The map features scales in kilometers and meters to provide a clear representation of the facility's layout and surrounding area. The project aims to improve logistics and healthcare support, aligning with strategic military and humanitarian objectives. This file, as part of federal RFPs and grants, implies a commitment to infrastructure development that meets the needs of both local and military populations while ensuring compliance with federal standards and regulations.
    This document is a Bank Letter of Assurance addressed to the US Army Corps of Engineers, confirming that the undersigned bank will issue a Bank Letter of Guaranty for a proposed contract related to the Medical Storage Facility project in N’Djamena, Chad. The bank commits to providing a guarantee amounting to 10% of the proposed price within 14 days post-award of the contract. It also assures that the firm named in the letter can procure a Bank Letter of Guaranty as per the Federal Acquisition Regulation requirements. The letter is signed by an authorized bank representative and underscores the bank’s readiness to support the firm in fulfilling the contractual obligations for this federal solicitation. This document reflects essential financial assurances required in federal RFPs to demonstrate the bid's credibility and the firm’s qualifications.
    The document is a Bank Letter of Guarantee issued for the US Army Corps of Engineers, ensuring financial backing from a bank for a contractor engaged in a project to construct a Medical Storage Facility in N’Djamena, Chad. The letter confirms the bank’s obligation to fulfill payment of up to 10% of the contract value to the Contracting Officer within five days upon request, should the contractor fail to meet their commitments under the contract. It also allows for modifications to the contract without prior consent from the bank, indicating flexibility in addressing changes to the contractual terms. The guarantee remains effective until the project is accepted by the government and continues post-acceptance for a specified period until all guarantees have expired. This document underscores the bank’s responsibility and the contractor's accountability in federal contracting, crucial for ensuring project completion per government standards.
    The document pertains to the Request for Proposal (RFP) for a Medical Storage Facility in Chad, contracting under project number W912GB25RA003; IAF-25-0029. It outlines the requirements for contractors regarding past performance information related to the proposal. Contractors must detail specific project completions, including dates, final costs, and completion percentages, as well as the scope of work undertaken. The document defines various contractor roles such as Prime Contractor, Subcontractor, Joint Venture, and Key Subcontractor, with respective responsibilities delineated. Each contractor role requires additional information to verify experience and capabilities related to the project, particularly in terms of self-performed work and project management. The structured format helps the government assess contractor qualifications for the project effectively, ensuring that selected bidders meet the necessary criteria for delivering the required facility in compliance with federal standards.
    The project involves the renovation of a multi-story building and the construction of a new parking structure at Aviano Air Base, Italy, with a total budget of $750,000. Scheduled to start on December 13, 2021, and slated for completion by December 12, 2022, this initiative is classified as new construction and includes vertical construction activities, road and pavement repair, and building insulation. The file indicates a self-performance rate of 51% for the work involved. This design-build and design-bid-build construction project highlights the importance of collaboration, as it details the roles of a prime contractor and a key subcontractor. Additionally, the project has broader implications as it demonstrates the contractor's experience working directly with the U.S. government, specifically the Department of Defense and the U.S. Army Corps of Engineers. Overall, this document reflects the strategic focus on military infrastructure development in collaboration with federal and international partners.
    The document outlines the Past Performance Evaluation Questionnaire (Form PPQ-0) used by NAVFAC and USACE to assess contractor performance for federal contracts. Contractors must provide detailed contract information, including firm details, project descriptions, and contract specifics. Clients complete the evaluation by rating contractors across several criteria—quality, schedule adherence, customer satisfaction, management, cost management, safety, and general compliance—using a scale from Exceptional to Unsatisfactory. The evaluation captures performance effectiveness, issues encountered, and the contractor's ability to meet contractual obligations. Moreover, client feedback is encouraged to enhance future performance assessments, with an emphasis on direct submission to USACE. This form's purpose is to collect comprehensive data to inform decision-making in future procurement processes, ensuring contractors are evaluated based on their proven performance and capability to fulfill government requirements.
    The document outlines the Pricing Schedule for the design and construction of a new TCD Medical Storage Facility in N’Djamena, Chad. Offerors are required to provide pricing for base and option items, encompassing all necessary labor, materials, and services. Key components include the design and demolition of existing structures and the construction of the new facility. Specific clauses regarding the project’s period of performance and liquidated damages are referenced, guiding compliance with technical and administrative standards. Base items include the design and demolition costs as well as construction, while optional enhancements such as the design and construction of a photovoltaic system are also available. The total pricing details for both base and option items are to be clearly outlined, and any discrepancies between the unit price and the total amount will be resolved in favor of the unit price. This RFP supports the federal initiative for infrastructure development, emphasizing the need for comprehensive pricing and adherence to safety and quality control measures. Overall, the document provides essential guidelines for potential contractors looking to participate in this government project.
    The document serves as an attendance registration form for representatives from companies and their subcontractors intending to participate in federal government RFPs, federal grants, or state and local RFPs. Participants must provide essential company and personal details, including the company name, country of incorporation, individual names, titles, contact information, and registration numbers for federal contracts (NCAGE, DUNS, SAM). The format requires the inclusion of a primary point of contact (POC) and the necessary identifiers for compliance. The emphasis on such registration reflects the procedural necessities for participation in federal solicitations, ensuring that all individuals involved are identified and verified in accordance with federal contracting standards and requirements. Overall, the document outlines crucial prerequisites for engagement in governmental contracting opportunities while maintaining a structured approach to information collection.
    The document outlines the requirements for Letters of Commitment that must accompany proposals in response to solicitations from the US Army Corps of Engineers. It identifies three alternatives based on relationships: subcontractors, team members, and affiliates. Each letter template includes provisions asserting the commitments and responsibilities of the prime contractor and the associated party, detailing the services to be provided. The letter emphasizes that the prime contractor can leverage the experience, expertise, and past performance of these collaborators in their proposal, requiring that no substitutions occur without prior written approval from the contracting officer. Furthermore, if the prime contractor is not awarded the contract, the Letter of Commitment becomes null and void. Overall, this document establishes a formal framework to demonstrate collaboration among contractors, fostering synergy in proposal submissions, and ensuring accountability in project execution.
    The document outlines a conceptual site plan for the construction of a new medical storage facility in N'Djamena, Chad, supervised by the US Army Corps of Engineers. It includes essential references to existing structures that are to be demolished or relocated, such as an old medical storage facility and a diesel generator. The design includes a new medical storage facility with a concrete ramp, a loading/unloading dock, and concrete steps. The document emphasizes that the drawings are for reference only and that contractors must verify existing conditions and ensure compliance with the statement of work (SOW) requirements and applicable codes. This project reflects the US Army's commitment to supporting military operations through infrastructure improvements while adhering to local standards and environmental considerations.
    The document outlines a design-build solicitation by the US Army Corps of Engineers for a medical storage facility in N'Djamena, Chad. The project, labeled as #84731, entails constructing a ground floor with a net area of 396.9 m² dedicated to medical storage. Key features include the provision of a concrete ramp, concrete steps, metal double doors, and metal shelving to meet the functional requirements. The drawings provided are for reference, emphasizing that contractors must verify existing conditions and adhere to applicable codes and the statement of work. The document includes information on the elevations of the building, highlighting the visual design layout relevant to the solicitation. Overall, the purpose is to solicit proposals that ensure a compliant and efficient design for the critical infrastructure supporting medical operations in the region.
    The Department of the Army’s U.S. Army Corps of Engineers has issued Engineering Guideline 01/2016 to establish a standardized format for structural calculations related to construction projects within its operational jurisdiction. This guideline ensures that all structural submissions are comprehensive, organized, and accessible for review. Key requirements include the inclusion of complete calculations that allow third-party use, clear structural layouts, and specific information on loads and materials. The structured outline for the calculations encompasses a cover sheet, table of contents, preliminary remarks, drawings, load assumptions, and detailed calculations. Each section necessitates particular information such as project details, structural designs, load factors, and connection details, culminating in a signed final sheet by the designer. The purpose of these guidelines aligns with government standards for Request for Proposals (RFPs), ensuring quality and consistency in the engineering processes for military and construction projects. Adhering to these standards is vital for fostering compliance, safety, and operational efficiency in the procurement process and overall project execution.
    The N'Djamena Medical Storage Facility was constructed through a collaborative effort between the United States and Chad, supported by U.S. Africa Command and the U.S. Embassy's Office of Security Cooperation, along with the Ministry of Health in Chad. This partnership highlights the commitment of both nations to improve healthcare infrastructure in Chad, enabling better storage and distribution of medical supplies. The project underlines the strategic importance of international cooperation in public health initiatives and demonstrates the U.S. government's role in fostering development in African nations through targeted investments and support in healthcare infrastructure.
    The document outlines the requirements for independent structural proofing as part of a design-build project. It mandates that the contractor hire a licensed proofing engineer to review and stamp all structural calculations, drawings, and execute a comprehensive proofing report. This engineer must be independent and disclose any conflicts of interest. The proofing process should cover structural design calculations, execution drawings, and specific requirements for high seismic zones. Deliverables include detailed proofing reports with project specifics, structural assumptions, and compliance with applicable codes. Final design documents must show how all proofing remarks have been addressed. The purpose of this scope is to ensure that all structural aspects meet safety and regulatory standards before proceeding with construction, thereby minimizing risks associated with structural integrity. This initiative is part of the government's broader commitment to ensuring construction safety and compliance in federally funded projects.
    The document outlines the Special Conditions for a federal procurement project, detailing requirements for contractors engaged in construction activities, particularly within a Host Nation (HN). It specifies payment conditions, definitions of terms such as "betterment" and "host nation," and establishes the order of precedence among contract documents. Key areas include compliance with language requirements, contractor responsibilities for legal processes, and communication protocols in English. The contractor must coordinate access to military installations, obtain necessary permits, and ensure workforce compliance with HN regulations. It emphasizes that the contractor is accountable for timely submissions and adherence to safety, environmental, and operational standards. Essential procedures for handling "unusually severe weather" delays are also specified, including criteria for justifying time extensions. The document serves a critical purpose in establishing clear expectations and legal protections in the execution of federally funded construction projects, emphasizing compliance and responsibility while fostering effective communication between contractors and government entities. It is vital for ensuring safety and operational efficiency in the construction process in accordance with U.S. government standards.
    The document outlines the contract requirements for the construction of a medical storage facility in N’Djamena, Chad. It mandates that the contractor must begin work within seven days of receiving the notice to proceed and ensures that all work is completed within a maximum of 450 days. The schedule includes a final cleanup of the premises, emphasizing the contractor's obligation to diligently pursue completion. Additionally, any awarded options must be carried out concurrently with the primary work. The government plans to issue a single notice for all associated tasks, streamlining the project’s management. This contract reflects standard protocols within government RFPs, focusing on accountability, timeliness, and efficiency in delivering essential infrastructure assets.
    This document outlines the price and payment procedures related to the construction of a new medical storage facility and the demolition of an existing warehouse. It specifies that all costs associated with the work will be bundled under the base payment items, which include the design, demolition, and construction of the new facility. It further details two option items related to a photovoltaic system, covering both its design and construction, emphasizing that all preparatory activities and necessary removals fall under these specified payments. The structure of the document categorizes items into base items and optional items, clarifying payment measures. This procurement guide is essential for managing financial expectations and ensuring compliance with contractual obligations during the execution of the project, reflecting the standards expected in government Requests for Proposals (RFPs) and grants.
    This document pertains to an amendment of a government solicitation, specifically an RFP related to a construction project. The amendment informs that the receipt deadline for offers is extended, and it provides detailed instructions for acknowledge receipt of the amendment. It emphasizes that failing to acknowledge the amendment prior to the specified deadline could result in rejection of offers. A significant change included in the amendment is the rescheduling of a pre-proposal site visit to April 23, 2025, at 0900 local time, requiring participants to convene at a specific location in N'Djamena, Chad. The document also highlights modifications to relevant clauses regarding site investigation and differing conditions. This amendment serves to ensure that all potential contractors are fully informed of the updated proposal requirements and can adequately prepare for the upcoming site visit, which is crucial for a competitive and transparent procurement process. Overall, the amendment aims to maintain clarity and fairness in the bidding process for the federal contract.
    The document outlines a Request for Proposal (RFP) for the construction of a new Medical Storage Facility in N'Djamena, Chad, issued by the U.S. Army Corps of Engineers. The contracting process is full and open competition, with an estimated project value between $500,000 and $1,000,000. Bidders are required to submit sealed offers and may need to provide performance and payment bonds. Construction is expected to commence within 120 calendar days after the notice to proceed, with a completion requirement of 450 calendar days. The overall procurement emphasizes best value trade-offs and compliance with various solicitation requirements, including performance evaluation and bonding. Key attached documents encompass important clauses, instructions for bidders, and detailed specifications related to scope, safety, and financial arrangements. The solicitation also includes mandatory clauses and procedures, ensuring adherence to federal guidelines for construction projects. This RFP serves as a significant opportunity for contractors with the necessary qualifications to engage in construction services for the U.S. government overseas.
    The document outlines a solicitation for a construction project aimed at building a new Medical Storage Facility in N'Djamena, Chad. It specifies that the government requires performance of work under a firm-fixed-price contract estimated between $500,000 and $1,000,000, following a best value trade-off acquisition method. The solicitation allows full and open competition, with requirements for offer guarantees and performance/payment bonds. Key details include a timeline for proposal submissions by May 12, 2025, a mandatory site visit on April 23, 2025, and stipulations for bid proposals, including compliance with FAR clauses relating to contract performance and submission. The offeror must acknowledge amendments and provide a timeline for project completion, which is expected within 450 calendar days after receiving the notice to proceed. Furthermore, the document details various provisions, including payment procedures and contractor obligations, ensuring alignment with federal regulations. This solicitation exemplifies the federal government's structured approach to acquiring construction services while emphasizing transparency, adherence to regulations, and competitive procurement processes.
    The Request for Proposal (RFP) IAF-25-0029 aims to select a contractor for constructing a climate-controlled medical storage facility in N’Djamena, Chad. The project includes design, construction of the warehouse, removal of an existing structure, installation of a photovoltaic system, and site improvements. A pre-proposal site visit is scheduled for April 25, 2025, and interested Offerors must pre-register by April 21, 2025. Proposals will be evaluated based on a Best Value Trade-Off process, where technical capability and past performance are prioritized over pricing. Offerors must submit detailed plans addressing their technical approach, workforce, safety protocols, and quality control, along with past performance evidence of similar projects. Submissions need to follow specific formats and address stated evaluation criteria, encompassing technical approach, past performance, and pricing. The evaluation includes compliance checks, confidential assessments, and criteria ratings to determine the best offer for value delivery to the Government. Emphasis on compliance with local laws, especially regarding VAT in Chad, is crucial, as well as maintaining a 51% self-performance threshold on labor. This RFP reflects the government’s strategy to enhance infrastructure through specialized contracting efforts while ensuring quality and compliance in an international context.
    Lifecycle
    Similar Opportunities
    DLA Distribution Djibouti, Africa Warehouse and Distribution Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is seeking contractors to provide warehouse and distribution services at the DLA Distribution Center in Djibouti, Africa. The contractor will be responsible for managing and executing a range of operations including receiving, storage, inventory management, packaging, and distribution of sustainment cargo to support regional customers. This contract is critical for ensuring efficient logistics operations in a strategic location, facilitating the timely delivery of contingency materials. Interested parties should note that the proposal submission deadline has been extended to January 21, 2026, with questions due by October 26, 2025. For further inquiries, contact David Gilson Jr. at david.gilson@dla.mil or Benjamin Bailey at benjamin.bailey@dla.mil.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified contractors for a Firm-Fixed-Price contract focused on Operation & Maintenance (O&M) with incidental repair and minor construction services in support of the Defense Health Agency (DHA) and Medical Research and Development Command (MRDC) facilities. The contract will encompass extensive O&M services, including preventive and corrective maintenance, emergency response, and minor construction, specifically for medical research facilities that operate 24/7 across multiple locations, including Forest Glenn, Aberdeen, and Fort Detrick, MD, and Dover AFB, DE. Interested contractors must demonstrate expertise in medical facility operations, adhere to relevant standards, and manage complex systems effectively, with responses due by December 8, 2025, for market research purposes. For further inquiries, potential contractors can contact Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the secondary contact at ct-cproposals-medcom@usace.army.mil.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is announcing a presolicitation for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The solicitation will be available on or around January 12, 2026, and interested contractors must be registered in SAM.gov to access the solicitation documents via the Procurement Integrated Enterprise Environment (PIEE) website. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    Pre-notice of forth coming solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    Sources Sought Notice MFAES Korean Firms
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Huntsville Engineering and Support Center, is conducting market research to identify qualified Korean architect-engineer (A-E) firms capable of providing a range of services for medical facilities. The procurement aims to support the design, technical assistance, engineering surveys, facility planning, and construction phase services for medical and dental clinics, hospitals, and laboratories, primarily for the USACE Medical Center of Expertise & Standardization (MCX) and the Defense Health Agency (DHA). This opportunity is significant as it addresses the critical need for high-quality medical facility design and support services, with potential work extending to other overseas locations such as Belgium, Germany, the UK, Italy, and Japan. Interested firms must submit their qualifications and a detailed capabilities questionnaire by January 26, 2026, at 12:00 P.M. Central Time, and can contact Eddie Williams or Johnna Sebben for further information.
    SOLICITATION FOR LEASE - WAREHOUSE SPACE @ WATERVLIET NY
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the lease of approximately 40,000 square feet of warehouse space to support operations at Watervliet Arsenal in New York. The facility must be temperature-controlled, secure, and equipped with loading docks, parking for employees and tractor-trailers, and must be located within a 4.5-mile radius of the Arsenal, with easy access to major highways. This procurement is critical for the storage of equipment and materials necessary for military operations, with a lease term of one year and nine optional renewal years, anticipated to commence no later than February 27, 2026. Interested offerors must submit their proposals by December 12, 2025, with a final offer deadline of December 19, 2025; for further inquiries, contact Michael Merkel at michael.c.merkel@usace.army.mil or Allen Roos at allen.d.roos@usace.army.mil.
    Vehicle Maintenance Shop#71
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – Fort Worth District, is seeking industry input for the construction of Vehicle Maintenance Shop 71 at Fort Hood, Texas. This project involves a Design-Bid-Build approach to create a large vehicle maintenance facility, including tactical vehicle parking, storage, and integrated systems, with an estimated cost ranging from $25 million to $100 million and a duration of 900 days. The initiative is crucial for enhancing the operational capabilities of military vehicles and ensuring efficient maintenance services. Interested firms, both small and large, are encouraged to submit their company information, experience, and insights regarding Project Labor Agreements and labor market conditions by December 9, 2025, to primary contact Rodney Alexander at rodney.d.alexander@usace.army.mil or secondary contact Matthew Dickson at matthew.s.dickson@usace.army.mil.
    FACILITIES REMODEL TO SUPPORT XRAY MACHINE INSTALL UPDATED 19 NOVEMBER
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking contractors to remodel treatment rooms at the David Grant Medical Center, Travis Air Force Base, to accommodate new Planmeca and Pano X-ray machines. The project requires comprehensive facility modifications, including architectural, structural, and electrical engineering design, as well as the installation of shielding and various construction tasks, all to be completed within a 90-day performance period following contract signing. This procurement is crucial for enhancing medical imaging capabilities at the facility, ensuring compliance with safety standards and operational efficiency. Proposals are due by 10:00 AM PST on December 15, 2025, with a site visit scheduled for December 2, 2025; interested parties should contact Kenneth Harmon at kenneth.d.harmon.civ@health.mil for further information.
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information.
    Freshwater Bayou Waterway, Freshwater Bayou Lock, New Shops Building, Vermilion Parish, Louisiana
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a new shops building at the Freshwater Bayou Lock in Vermilion Parish, Louisiana. This competitive 8(a) procurement involves the procurement, delivery, and installation of precast concrete piles, a pre-engineered metal building, metal stairs, and associated site work, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing operational capabilities at the Freshwater Bayou Waterway and adheres to strict safety and environmental standards. Interested contractors must register with SAM.gov and submit their bids by the established deadline, with a 20% bid guarantee required for bids up to $3,000,000. For further inquiries, contact Taylor H. Brandon at taylor.h.brandon@usace.army.mil or Michelle Dalmado at michelle.dalmado@usace.army.mil.