Manitowoc VMS Utility Hook Up
ID: W911SA24B2012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

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

    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort McCoy, Wisconsin, is soliciting bids for electrical and gas line construction services at the SSG Andrew Miller ARC in Manitowoc, WI. The project requires qualified contractors to perform construction work within the North American Industry Classification System (NAICS) Code 237130, with a project magnitude estimated between $250,000 and $500,000. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran entrepreneurs. Interested vendors must note that the solicitation is issued as an Invitation for Bids (IFB) and is expected to be awarded as a firm fixed-price contract, with a performance period of 120 days post-notice to proceed. A site visit is scheduled for August 16, 2024, at 10:30 AM CDT, and inquiries can be directed to Neil Hogie at neil.e.hogie.civ@army.mil or Steven Bailey at steven.m.bailey2.civ@army.mil.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    W912QR-42284838 Design and Construction of a concrete block Moving Armor Target (MAT) Wall, Ft. McCoy, WI
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a concrete block Moving Armor Target (MAT) Wall at Fort McCoy, Wisconsin, under contract number W912QR-42284838. The project involves the demolition of an existing timber pile wall, associated earthwork, and reconnection of existing electrical equipment, with a budget range of $500,000 to $1,000,000. This construction is critical for enhancing military training capabilities and ensuring compliance with regulatory standards. Proposals are due by 12:00 PM ET on September 18, 2024, and interested contractors should contact Alex Hamilton at alex.j.hamilton@usace.army.mil for further details.
    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.
    Snow Removal Services at WI088 (MS) Milwaukee and Pewaukee, WI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for snow removal services at two locations in Wisconsin: Milwaukee and Pewaukee. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary personnel, equipment, and materials for effective snow management from November 1, 2024, to October 31, 2025, with options for four additional years and a six-month extension. This procurement is critical for maintaining safety and accessibility at military facilities during winter conditions, ensuring compliance with state and local regulations. Interested vendors must submit their quotes by September 23, 2025, to the primary contact, Courtney L. Davis, at courtney.l.davis65.civ@army.mil, and are encouraged to review all solicitation documents available at www.sam.gov.
    W911SA24B2017 Wastewater Treatment Plant Repair 63rd Region 4 - Sloan, NV
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command Center at Fort McCoy, Wisconsin, is soliciting bids for the repair of the Wastewater Treatment Plant at the 63rd Region 4 in Sloan, NV. This project, categorized under NAICS code 236220 for Commercial and Institutional Building Construction, is a total small business set-aside with an estimated value between $25,000 and $100,000. The importance of this procurement lies in maintaining essential wastewater management infrastructure, which is critical for operational efficiency and environmental compliance. Interested contractors must submit their bids electronically by September 17, 2024, before 11:00 AM CT, and can direct inquiries to Rachel Murphy at rachel.i.murphy.civ@army.mil or by phone at 608-388-4597.
    Construction of JMTC Substation A Repairs at Rock Island Arsenal, IL
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build project of the Joint Manufacturing Technology Center (JMTC) Substation A at Rock Island Arsenal, Illinois. The project involves designing and constructing a new substation, including the relocation of existing utilities, demolition of the old structure, and the integration of advanced features such as cybersecurity systems. This initiative is crucial for enhancing military infrastructure and operational readiness, with an estimated contract value ranging from $10 million to $25 million. Proposals are due by 1:00 PM Eastern Time on September 17, 2024, and must be submitted electronically to Jacob S. Pridemore at jacob.s.pridemore@usace.army.mil, with a requirement for bonding and insurance as outlined in the solicitation documents.
    EAGLE Fort McCoy, WI - W519TC-23-R-0119
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army, is soliciting proposals for logistics support services at Fort McCoy, Wisconsin, under Solicitation W519TC-23-R-0119. The contract, designated as a Total Small Business Set-Aside, encompasses maintenance, supply, and transportation services, with a focus on adhering to Army regulations and quality standards. This procurement is critical for ensuring operational readiness and support for military training activities, with a contract duration of one year and options extending up to five years and six months. Proposals are due by September 23, 2024, and interested parties should direct inquiries to Tayler Kerr at tayler.m.kerr.civ@army.mil or Seth Fuller at seth.j.fuller2.civ@army.mil.
    Indefinite Delivery Indefinite Quantity (IDIQ) Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support construction requirements for the Energy Resilience and Conservation Investment Program (ERCIP) Nationwide.
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support construction requirements under the Energy Resilience and Conservation Investment Program (ERCIP) nationwide. This procurement aims to award up to twelve contracts for design-build and design-bid-build projects focused on mechanical, electrical, and civil work, including infrastructure and microgrid construction, primarily within the contiguous United States and Puerto Rico. The total contract capacity is set at $2 billion, with a base ordering period of three years and seven optional years, emphasizing the government's commitment to enhancing energy resilience while providing opportunities for both large and small businesses. Interested vendors must submit proposals by October 7, 2024, at 2:00 PM EDT, and are encouraged to register for a virtual preproposal conference scheduled for September 12, 2024, by contacting Blake Gevedon at william.b.gevedon@usace.army.mil.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO 5 - MATOC II, a Multiple Award Task Order Contract (MATOC) aimed at construction services across various VA facilities in Maryland, Washington D.C., and West Virginia. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a range of construction-related services, including maintenance, repair, and upgrades to healthcare facilities, with a performance period of five years and a maximum task order limit of $1,000,000. The initiative underscores the VA's commitment to enhancing veteran healthcare infrastructure while ensuring compliance with federal contracting standards, including security and wage regulations. Interested contractors must submit their proposals by October 21, 2024, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or by phone at 304-263-0811 x3233.
    Snow Removal Services WI088 Multi Site
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide snow removal services at multiple sites in Wisconsin under solicitation number W911SA24Q3118. The contract will cover snow removal operations at three locations, ensuring timely and efficient service from November 2024 to October 2025, with options for four additional years and a potential six-month extension. This procurement is critical for maintaining operational efficiency and safety during winter months, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested vendors must submit their quotes by September 27, 2024, and can access the solicitation and related documents at www.SAM.gov. For further inquiries, contact Dorothy Doughty at dorothy.a.doughty.civ@army.mil.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Active
    Dept Of Defense
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.