Storage Building Construction, Buffumville Lake, Charlton, MA
ID: W912WJ25QA018Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

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 U.S. Army Corps of Engineers – New England District is soliciting bids for the construction of a storage building at Buffumville Lake in Charlton, Massachusetts. The project entails the contractor providing all necessary materials, equipment, and labor to prepare the site, pour a concrete footing, and construct a pre-engineered metal building measuring approximately 40’ wide by 50’ long and between 15’ - 17’ tall, including electrical installations and optional insulation and plywood walls. This construction project, valued between $100,000 and $250,000, is set aside for small businesses, with a Small Business Size Standard of $45 million under NAICS code 236220. Interested vendors must have an active registration in SAM.gov and are encouraged to attend site visits for accurate assessments, with the proposal deadline extended to May 13, 2025. For further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902.

    Point(s) of Contact
    Files
    Title
    Posted
    This document pertains to an amendment of a solicitation for a project managed by the U.S. Army Corps of Engineers. The amendment extends the deadline for offers and outlines the process for acknowledging receipt of this amendment. It clarifies that changes to existing offers can be made before the specified deadline. Furthermore, it provides responses to inquiries from industry stakeholders regarding the project, specifically addressing the insulation values required by the Massachusetts State Building Code for an unheated storage building. The insulation requirements, aligned with Climate Zone 5, stipulate a minimum R-value of R-13 for the walls and ceiling to ensure compliance. A list of attendees from a recent site visit is included, consisting of representatives from various construction and engineering firms. All other conditions of the solicitation remain unchanged, continuing to uphold the foundational terms of the original request for proposals.
    The document serves as an amendment to a solicitation for the construction of a storage building at Buffumville Dam in Charlton, MA, providing updates including new responses to contractor inquiries, a revised Statement of Work, and an additional site visit date. The proposal deadline has been extended to May 13, 2025. Key details include the construction specifications, safety requirements, and electrical work compliance, emphasizing adherence to Massachusetts State Building Code and U.S. Army Corps of Engineers safety protocols. Critical aspects include the building's dimensions, materials, electrical specifications, and site preparation responsibilities. Contractors are obliged to conduct site visits before bidding and are responsible for maintaining safety and environmental standards throughout the project. Contractor qualifications must meet specified safety training and licensing requirements. The amendment reflects an ongoing commitment to ensuring that the project adheres to stringent safety and regulatory standards while addressing logistical and technical concerns raised during previous inquiries. This document is essential for guiding potential contractors in understanding project scope, expectations, and compliance requirements for successful bid submissions.
    This document details an amendment to a federal solicitation regarding a construction project managed by the U.S. Army Corps of Engineers. It clarifies submission procedures for offers, extending the deadline for acknowledgment of the amendment while emphasizing the importance of timely submissions to avoid rejection. The document also answers questions posed by potential contractors during a formal site visit, providing specific responses related to building insulation requirements, electrical work, site conditions, and project specifications. An additional site visit was scheduled to allow for further contractor engagement. The amendment aims to ensure clarity and compliance with building codes while addressing logistical concerns raised by bidders. Overall, the document maintains all original terms of the solicitation unless explicitly modified, reinforcing the structure and procedural integrity of the federal procurement process.
    The document outlines specific details related to the development of a concrete apron and electrical services at a designated staging area, identified as the visitor parking lot. It notes that existing conduit will be extended, and new electrical conduit services will be installed, highlighting the necessity for contractors to verify current site conditions and elevations, which may not accurately reflect the site plan. Accompanying photographs illustrate the existing infrastructure, including metal conduits and the main electrical panel. This information is pertinent to the planning and execution phases of construction, ensuring compliance with local project standards and requirements. The emphasis on contractor responsibility for site verification indicates a collaborative approach to project management, which is essential for successful completion within the stipulated guidelines.
    The document outlines the specifications for a construction project involving the installation of a concrete apron and electrical services, which include both existing and new conduits. It emphasizes the importance of verifying site conditions, specifically noting that the elevations depicted on the site plan may not accurately represent current conditions. It assigns the responsibility of confirming these elevations and overall site conditions to the contractor. This summary indicates that the project entails preparation and installation work that aligns with local government construction standards, emphasizing due diligence in site assessment for effective execution.
    This Request for Quotation (RFQ) concerns the construction of a pre-engineered metal storage building at Buffumville Lake in Charlton, Massachusetts. The project requires all vendors to provide labor, materials, and transportation, with an emphasis on adherence to specific safety and construction standards. A site visit prior to quoting is strongly advised for accurate assessment. The performance period extends to 240 days post-Notice to Proceed, with strict schedules for deliveries and required safety measures governed by U.S. Army Corps of Engineers standards. The RFQ outlines detailed specifications for the construction, including dimensions, electrical work, insulation, and safety protocols, highlighting the importance of contractor compliance with federal, state, and local regulations. Additional requirements include providing accident prevention plans, obtaining permits, and conducting weekly progress meetings. Vendors are instructed to maintain proper communication with the Technical Point of Contact and stay updated on security requirements due to the sensitive nature of the site. The document emphasizes the government's expectations for responsible, compliant construction management, ensuring quality and safety throughout the project.
    Similar Opportunities
    USACE SPK DBB Construction - Englebright Dam and Lake HQ Building and Maintenance Shop ?Smartsville, California.
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is seeking contractors for a Design-Bid-Build (DBB) construction project at Englebright Dam and Lake in Smartsville, California. The project involves the construction of a new single-story, 5,000 square-foot Headquarters building and a 4,200 square-foot maintenance shop, which will support USACE administrative, ranger, and maintenance staff, along with the demolition of existing structures and various site improvements. The estimated construction cost ranges from $10 million to $25 million, with a contract award anticipated by March 2026 and a completion timeline of 720 calendar days from the Notice to Proceed. Interested contractors should contact Antonina Beal at antonina.beal@usace.army.mil or Rachel L. Kinney at Rachel.Kinney@usace.army.mil for further information and ensure registration in the PIEE and SAM systems prior to bid submission.
    Freshwater Bayou Waterway, Freshwater Bayou Lock, New Shops Building, Vermilion Parish, Louisiana
    Dept Of Defense
    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.
    Snow Removal and Sanding Services, Birch Hill Dam and Tully Lake, Royalston, MA
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for snow removal and sanding services at Tully Lake and Birch Hill Dam in Royalston, MA. The contract, valued at up to $9.5 million, requires vendors to provide all necessary equipment, materials, labor, and transportation for effective snow management, including plowing, shoveling, and sanding, with the possibility of an optional additional year. This procurement is particularly significant as it is set aside for Women-Owned Small Businesses (WOSB) under the NAICS code 561730, emphasizing the importance of safety regulations and the submission of an Accident Prevention Plan. Interested vendors must have an active registration in SAM.gov and submit their quotes via email to Jennifer M. Samela by December 23, 2025, to be considered for this opportunity.
    Small Business Construction MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is soliciting proposals for a Small Business Construction Multiple Task Order Contract (MATOC). This procurement aims to engage small businesses in the construction of various commercial and institutional buildings, as outlined under NAICS code 236220, with a focus on the construction of miscellaneous buildings. The MATOC is crucial for supporting the Army's infrastructure needs within the North Atlantic Division Area of Responsibility, ensuring that qualified small businesses can contribute to essential construction projects. Interested parties should contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details, as this opportunity is set aside exclusively for small businesses under FAR 19.5 regulations.
    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.
    Y810 Maintenance Building Construction
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking proposals for the construction of a Y810 Maintenance Building in Aiken, South Carolina. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to fulfill essential infrastructure needs for military operations. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with no other transmission methods accepted. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for award consideration, and they can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045 for further information.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Snow Removal and Sanding Services, Black Rock Lake, Northfield Brook Lake, and Thomaston Dam, Thomaston, CT
    Dept Of Defense
    The U.S. Army Corps of Engineers - New England District is soliciting bids for snow removal and sanding services at Thomaston Dam, Black Rock Lake, and Northfield Brook Lake in Thomaston, Connecticut. Contractors are required to provide all necessary equipment, materials, labor, and transportation to perform snow removal and sanding activities in accordance with the Performance Work Statement, with services categorized by storm intensity. This procurement is crucial for maintaining accessibility and safety at these sites during winter conditions, and it is set aside for small business vendors under NAICS code 561730, with a size standard of $9.5 million. Interested vendors must have an active registration in SAM.gov and submit their proposals by December 18, 2025, at 2:00 PM Eastern; for further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project involves comprehensive maintenance and repairs, including the repair of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This initiative is critical for maintaining the operational integrity of the facility, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their bids by January 7, 2026, at 2:00 PM EST, and can direct inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil. The estimated contract value ranges between $1,000,000 and $5,000,000, with a completion timeline of 300 calendar days from the notice to proceed.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.