Membrane Roof Replacement and Masonry Repairs, Pump Station at Fox Point Hurricane Barrier, Providence, RI
ID: W912WJ25QA010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

Roofing Contractors (238160)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is soliciting bids for the Membrane Roof Replacement and Masonry Repairs at the Pump Station located at the Fox Point Hurricane Barrier in Providence, Rhode Island. The project involves the complete removal of the existing EPDM roof system and masonry work to install a new, high-wind-resistant EPDM roofing system, which must be warranted for 30 years, along with necessary structural modifications to ensure compliance with safety and construction standards. This procurement is set aside for small businesses, with a contract value estimated between $100,000 and $250,000, and interested vendors must have an active registration in SAM.gov to be eligible. The deadline for bid submissions is April 28, 2025, at 5:00 PM Eastern, and inquiries can be directed to Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines amendments to a solicitation regarding a construction project, extending the deadline for offers and providing directions for acknowledgment of the amendment. Offers must be received by the specified time, with acknowledgement submitted via designated methods. It includes contract modification details, emphasizing changes in administrative data while all remaining terms stay unchanged. A significant update is the revised site visit information for a scheduled meeting on April 17, 2025, at the specified address in Providence, Rhode Island. The amendment also modifies certain clauses related to the site visit to ensure clarity and compliance. Collectively, these updates aim to facilitate effective communication and ensure that participants are informed of the critical details surrounding the solicitation process.
    This document serves as an amendment to a federal solicitation under the W912WJ project, providing important updates and responses to industry questions. It confirms that the due date for submission remains April 23, 2025, at 5:00 PM Eastern, while addressing various inquiries from contractors. Key clarifications include that the figures provided are not to scale, equipment access is limited to a five-foot concrete apron, and no permits are required for crane or lift operations on site. The document lists attendees from a previous site visit, indicating engagement from several contractors. Each modification maintains the existing contract terms and conditions, emphasizing compliance with applicable laws and regulations. Overall, the amendment aims to facilitate the bidding process by providing necessary information to potential contractors while ensuring that the solicitation timeline remains unchanged.
    The document is an amendment to a solicitation for federal contracting concerning a project managed by the U.S. Army Corps of Engineers. It highlights an extension of the submission deadline for offers until April 28, 2025, due to industry inquiries and the need for clarification on various aspects of the project. The amendment outlines specific questions received from contractors, providing detailed responses regarding project specifications, such as the accuracy of attachment dimensions, equipment access, roof information, and safety protocols. Notably, it confirms that quotes must include applicable fees and taxes and states that there are no known hazardous materials on-site. The document stresses the importance of adhering to federal, state, and local regulations during project execution, along with the necessity to protect existing infrastructure from debris. Overall, this amendment aims to ensure transparency and clarity for potential contractors in submitting their proposals and executing the project safely and effectively.
    The document outlines plans for the renovation and demolition of a pump station building, encompassing detailed layout diagrams and existing conditions assessments. It provides visual references through multiple figures, including demolition plans, sections, and as-built conditions of the existing roof, which indicate areas that will undergo significant modifications. New construction requirements and specifications for flashing in the brick wall and expansion joints are also included to ensure structural integrity. Informational photographs supplement the figures to provide context and visual understanding of the work area. This document serves as an amendment in the procurement process, likely related to a Request for Proposal (RFP) for contractors to adhere to as they plan and execute the project, reflecting compliance with federal or local standards and regulations during the planning phase of infrastructure enhancement.
    The document outlines a detailed plan for renovations at a pump station, including demolition and construction activities. It contains an array of figures detailing the site's layout, existing conditions, and required new work. Specific focus is given to demolition plans and the structural integrity of the existing roof and wall elements, which include new flashing and joint details. Informational photos provide visual context for both the west and east views of the work area. The intent behind this project aligns with government RFP initiatives to improve infrastructure and ensure compliance with safety and construction standards. The thorough documentation aims to facilitate accurate bidding and execution by contractors, emphasizing the importance of maintaining structural safety during upgrades.
    The document is a Request for Quotation (RFQ) related to a contract for the replacement of a membrane roof and masonry repairs at the Fox Point Pump Station in Providence, Rhode Island. The RFQ specifies a firm fixed price arrangement and details the scope of work, including the removal of the existing roofing system, masonry demolition for new flashing installation, and installation of a new, high-wind-resistant EPDM roof system warranted for 30 years. Vendors are required to adhere to safety protocols, bonding requirements, and complete various regulatory forms such as the Accident Prevention Plan and Activity Hazard Analysis before project commencement. Key instructions for vendors include submission guidelines for quotes, site visit recommendations, and adherence to specific technical and environmental requirements. The project completion timeline is set at 130 calendar days after the Notice to Proceed. The document emphasizes the importance of safety measures, environmental compliance, and quality control throughout the construction process, reflecting the government’s commitment to ensuring safe and efficient project execution. Overall, the RFQ outlines the expectations and requirements for qualified contractors to submit competitive bids for the specified work.
    Similar Opportunities
    Construction Services for Bar Harbor Breakwater Repair Project, Bar Harbor, Maine
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking bids for the Bar Harbor Breakwater Repair Project located in Bar Harbor, Maine. The project involves repairing two significant sections and several minor areas of a historic rubble mound breakwater that has sustained storm damage since its construction between 1889 and 1916. This repair work is crucial for maintaining the structural integrity of the breakwater, which extends approximately 2,500 linear feet and is essential for coastal protection in the area. Interested contractors should note that the solicitation will be available around October 2025, with construction anticipated to begin in the spring of 2026, and the estimated construction cost ranges from $10 million to $25 million. For further inquiries, contact Kayla Gonsalves at kayla.gonsalves@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil.
    BEJ Maintenance Compound Roof Replacements
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    ROOF INSPECTION, REPAIR AND MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is soliciting bids for a Firm Fixed Price contract for roof inspection, repair, and maintenance services. The project, identified as Invitation for Bid (IFB) No. W912C326BA002, is a Total Small Business Set-Aside, with an estimated contract value between $5 million and $10 million, focusing on various roofing systems including modified bitumen, EPDM, and metal. Contractors are required to adhere to strict safety and environmental regulations, submit detailed reports, and ensure compliance with installation security procedures. Interested parties must monitor the Contract Opportunities website for updates and submit their bids along with a 20% bid bond guarantee by the specified deadline. For further inquiries, contact Jose Lopez at jose.m.lopezfeliciano.civ@army.mil or Felix Marrero at felix.r.marrero2.civ@army.mil.
    Paving Repairs, Bourne Bridge, Bourne, MA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for paving repairs at the Bourne Bridge located in Bourne, Massachusetts. The project aims to address necessary repairs to the bridge's pavement, ensuring safety and functionality for vehicular traffic. This procurement falls under the NAICS code 237310, which pertains to Highway, Street, and Bridge Construction, highlighting the importance of maintaining critical infrastructure. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, with inquiries directed to Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
    REPAVE CGA, PSN 30134884
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the "Repave CGA" project at the U.S. Coast Guard Academy in New London, Connecticut. This project involves extensive repaving work across multiple locations, including Campbell Drive, Eagle Drive, Pickering Road, and Lot J, which encompasses the removal of existing pavement, installation of new asphalt and porous concrete, and improvements to storm drainage systems. The project is crucial for maintaining the infrastructure of the Academy and ensuring safe access for personnel and visitors. Bids are due by January 6, 2026, with a project budget estimated between $1,000,000 and $5,000,000, and interested parties should direct inquiries to Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    Dworshak Powerhouse Roof Replacement
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking interested contractors for the Dworshak Powerhouse Roof Replacement project located in Ahsahka, Idaho. This construction project involves the removal and installation of roofing systems over multiple structures at the Dworshak Dam, with a projected contract value between $5 million and $10 million and a performance period of approximately 300 days. The project is critical for ensuring the integrity and safety of the powerhouse and ancillary roofs, which require specialized waterproofing systems and adherence to strict safety and quality control standards. Interested businesses must respond to the sources sought notice by January 7, 2026, providing relevant project experience and qualifications to Preston Jones at Preston.E.Jones@usace.army.mil or Jani Long at Jani.C.Long@usace.army.mil.
    Roof and Gutter Replacement - Depoe Bay, OR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a roof and gutter replacement project at their station in Depoe Bay, Oregon. The project involves the complete replacement of the roof and installation of new gutters on a single-story, 1500 sq. ft. residential building, including the removal of existing shingles and skylights, replacement of damaged sheeting, and installation of new architectural asphalt shingles. This procurement is set aside for small businesses, with a firm-fixed-price purchase order anticipated, and all quotes are due by 3 PM PST on January 16, 2026. Interested contractors should RSVP for a site visit by January 5, 2026, and direct any inquiries to Ava Stow at ava.m.stow@uscg.mil, referencing solicitation RFQ number 70Z03326QSEAT0001.
    Wareham Harbor Federal Navigation Project Dredging, Wareham, Massachusetts
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New England District, is preparing to issue an Invitation for Bids for the Wareham Harbor Federal Navigation Project Dredging in Wareham, Massachusetts. This procurement is a Total Small Business Set-Aside, requiring qualified contractors to perform mechanical dredging of approximately 52,000 cubic yards of shoaled material over a 10.2-acre area, with an estimated construction cost between $1,000,000 and $5,000,000. The project is critical for maintaining a 2.4-mile long, 9-foot deep navigation channel, ensuring safe passage for vessels, and is expected to commence on July 1, 2026, with all work to be completed by December 31, 2026. Interested bidders should note that the solicitation documents will be available online around mid-November 2025, and inquiries can be directed to Heather Skorik at heather.skorik@usace.army.mil or by phone at 978-318-8040.
    Small Business Construction MATOC
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is soliciting proposals for a Small Business Construction Multiple Award Task Order Contract (MATOC) valued at $90 million, aimed at providing construction services across its Area of Responsibility. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will support military and interagency projects, including sustainment, restoration, modernization, and new construction, with task orders ranging from $500,000 to $10 million. The MATOC is critical for ensuring timely execution of construction needs in a climate of uncertain funding and compressed timelines, while also promoting competition among small businesses. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil for further information, with the contract ordering period set for five years.
    183 CES Repair Vehicle Barriers
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking bids for a contract to repair vehicle barriers at their facility in Springfield, Illinois. The project involves removing existing hydraulic wedge-type barriers and installing two new final denial drop arm style barriers to ensure compliance with current regulations and operational standards. This contract is set aside entirely for small businesses, with an estimated value between $500,000 and $1 million, and is expected to be awarded within a 180-day timeframe following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register on SAM.gov to access the solicitation, which is anticipated to be issued in early August 2025.