CSS 98543 - Wall and Stair Rebuild - Fort Totten, NY
ID: W15QKN25RA070Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 19, 2025, 7:00 AM UTC
Description

The Department of Defense, specifically the Army Contracting Command New Jersey, is seeking qualified contractors for the Wall and Stair Rebuild project at Fort Totten, NY. This procurement is aimed at providing comprehensive services, including personnel, equipment, supplies, and materials necessary for the rebuild, with a focus on supporting the 99th Readiness Division. The contract will be a single firm fixed price award, set aside entirely for small businesses under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, with a size standard of $45 million. The solicitation number W15QKN-25-R-A070 is expected to be posted on PIEE/SAM.GOV around May 2, 2025, and interested parties should monitor the site for updates and the actual due date for proposals. For further inquiries, potential bidders can contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil.

Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Z--GATE-REPAIR FT. TOMPKINS EARTHEN ROOF
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is preparing to issue a pre-solicitation notice for a Request for Proposal (RFP) focused on repairing the earthen roof structure of Fort Tompkins at the Gateway National Recreation Area in Staten Island, NY. The primary objective of this procurement is to enhance the roof's water-repelling capabilities to address ongoing water infiltration issues that have caused damage to the masonry. This project is significant for preserving the structural integrity of the historic site, and it will be executed as a firm fixed-price contract under NAICS code 238190, with a small business size standard of $19 million and an estimated project cost between $1 million and $5 million. Interested contractors must register in the SAM system to participate, and the RFP is expected to be released by April 14, 2025, with a project duration of 365 days from the Notice to Proceed. For inquiries, contractors can contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398.
Bartlett Hall - USMA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for a firm-fixed-price contract for the Bartlett Hall renovation project at the United States Military Academy in West Point, New York. The project involves the conversion of the 4th floor into academic collaboration space, along with necessary repairs to the courtyard wall and roof, addressing significant structural and mechanical deficiencies in a historic building originally constructed in 1913. The anticipated contract award is scheduled for September 2025, with a project magnitude between $10 million and $25 million, and interested firms must contact Michael McCue at michael.l.mccue@usace.army.mil for further details and to ensure compliance with registration requirements at SAM.gov.
Building 12 Stairwell Repairs
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for the repair of the Building 12 stairwell at Marine Corps Base Camp Lejeune, North Carolina, under Solicitation No. N40085-25-R-2653. The project involves comprehensive repairs, including the demolition of existing steel staircases and concrete steps, followed by the fabrication and installation of new galvanized stairs, concrete steps, and handrails, with an estimated cost between $250,000 and $500,000 and a completion timeframe of 180 days post-award. This initiative is part of ongoing efforts to maintain infrastructure integrity and safety at military facilities, ensuring compliance with federal contracting regulations, including the Davis-Bacon Act for wage determinations. Proposals are due by May 11, 2025, and interested contractors must contact Tony Benson or Lauren Loconto for further details and to confirm eligibility for bidding.
CSS 98628 MEP Lot Expansion
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is soliciting bids for the construction project titled "CSS 98628 MEP Lot Expansion," aimed at expanding the parking lot at the SGT Catalin D. Dima AFRC/AMSA 106 in New Windsor, NY. This project is set aside for small businesses and falls under the NAICS code 812930, which pertains to parking lots and garages, with a size standard of $47 million. The estimated price range for this construction project is between $250,000 and $500,000, highlighting its significance in supporting the operational readiness of the U.S. Army's 99th Readiness Division. Interested contractors can reach out to Ryan Nicklous at ryan.p.nicklous.civ@army.mil or by phone at 520-687-5618, or Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil or 609-562-6405 for further details.
Renovation of Building 12 Picatinny Arsenal, NJ
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, New York District, is seeking qualified small businesses for the renovation of Building 12 at Picatinny Arsenal, New Jersey. The project involves constructing a high-performance computer server room, including electrical and fire suppression systems, as well as an exterior chilled water system and electrical generator, with a contract value estimated between $1 million and $5 million. This renovation is critical for enhancing the operational capabilities of the facility, and the procurement process will utilize a Best Value Trade Off approach. Interested contractors must submit their qualifications and responses by April 24, 2025, to Monica Coniglio at monica.n.coniglio@usace.army.mil, with the project anticipated to be advertised in July 2025 and awarded by September 2025.
BCE COMPLEX
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of the BCE Complex at the 106th Rescue Wing in Westhampton Beach, New York. This project involves constructing a base civil engineering complex in accordance with provided plans and technical specifications, and it is exclusively set aside for small businesses, with a size standard of $45 million in average annual revenue over the past three years. The estimated project magnitude is between $10 million and $25 million, highlighting its significance in supporting military operations. Interested bidders are encouraged to attend a pre-bid site visit and must submit a bid bond with their proposals. For further inquiries, potential offerors can contact Sara Margaret Luna at saramargaret.luna.1@us.af.mil or Melissa Santoro at melissa.santoro2.civ@army.mil. Note that contract awards will only be made once appropriated funds become available, as they are currently not available for this acquisition.
107th & 174th Multiple Award Task Order Contract
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for the 107th & 174th Multiple Award Task Order Contract (MATOC) for construction services supporting the New York National Guard. This opportunity is specifically set aside for small businesses and aims to award indefinite-delivery, indefinite-quantity contracts for various maintenance, repair, and construction tasks at National Guard locations across New York State, with a total contract ceiling of $45 million over five years. The work will encompass a range of services, including renovations, HVAC systems, plumbing, electrical work, and more, primarily focused on sustainment, repair, and maintenance projects under $1 million. Interested contractors are encouraged to attend a pre-proposal conference on April 15, 2025, and must register in advance to ensure access. For further inquiries, contact Richard M. Peirson at richard.peirson@us.af.mil or Jennifer DeWispelaere at jennifer.dewispelaere@us.af.mil.
Temporary Wall Replacement at Denison Powerhouse, Denison, TX
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the Temporary Wall Replacement project at the Denison Powerhouse in Denison, TX. This contract involves the demolition and disposal of existing structures, including a temporary wall and wood plank flooring, as well as the design and construction of a new permanent wall and floor grating system, all while ensuring no modifications to the existing powerhouse structure. This project is critical for maintaining the operational integrity of the hydro power facility and ensuring safety during construction. Interested contractors should note that the contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) process, with a performance timeline of up to 730 days post-Notice to Proceed. For further inquiries, contractors can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or Shawn Brady at shawn.brady@usace.army.mil.
Manufacturing Lab Addition Between B331 B332 and Renovations, Lakehurst Naval Base, Joint Base-MDL, New Jersey
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, New York District, is seeking bids for a construction project at Lakehurst Naval Base, part of Joint Base-MDL in New Jersey. The project involves the construction of a new 5,178 square foot manufacturing lab addition between two existing laboratory buildings, along with necessary renovations to those buildings, including asbestos remediation and utility relocations. This initiative is crucial for enhancing collaborative space for prototype, manufacturing, and engineering operations, with a contract value estimated between $5 million and $10 million. Interested small businesses must submit bids by the specified deadlines, with the solicitation expected to be advertised in April 2025 and contract award anticipated by June 2025. For further inquiries, contact Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil.
FY25 Design Build/Design Bid Build (DB/DBB) General Construction East Multiple Award Task Order Contract (MATOC)
Buyer not available
The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is preparing to issue a presolicitation for a Design Build/Design Bid Build (DB/DBB) General Construction Multiple Award Task Order Contract (MATOC). This contract aims to establish a pool of up to seven contractors to provide general construction services for various Charleston District Programs, with a total capacity of $99 million over a three-year base period and one two-year option period, covering work located east of the Mississippi River. The MATOC is a significant opportunity for small businesses, as it is set aside entirely for small business participation under FAR 19.5, emphasizing the importance of fostering competition and supporting the small business sector in government contracting. Interested parties can reach out to Addison Layfield at addison.g.layfield@usace.army.mil or by phone at 843-329-8194 for further information, with a formal solicitation expected to be announced within the next 15 to 45 days.