Construction of Visitor Center at Salamonie Lake in Andrews, IN
ID: W912P624SS0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST CHICAGOCHICAGO, IL, 60604-1437, USA

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

Set Aside

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

    Sources Sought DEPT OF DEFENSE is seeking construction services for the construction of a Visitor Center at Salamonie Lake in Andrews, IN. The project includes the construction of a new 7,000 SF Project Office & Visitor Center facility that will accommodate approximately 16 occupants and intermittent public access. The scope of work includes site work, storm water management, utility services, building construction, and hardscapes. The project also includes the provision of HVAC equipment, fire suppression system, fire alarm, exterior and interior lighting, and telecommunication services. The contract duration is estimated at 460 calendar days with an estimated cost range of $1,000,000 and $5,000,000. Small businesses, certified HUBZone, 8(a), Woman-Owned Small Businesses, or Service-Disabled Veteran Owned Small Business contractors are encouraged to respond to this survey by email. The response should include company's small business status, Unique Identifier Number and CAGE Code(s), bonding company documentation, and descriptions of experience. Interested construction firms must provide no more than three example projects of similar size and scope. The submission package should not exceed 8 pages.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Isabella Visitors Center
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Sacramento District, is soliciting bids for the construction of a new Visitor Center at Lake Isabella, California. This design-bid-build project involves constructing a 1,500 square foot facility that will include public restrooms, office space, storage, and employee amenities, along with a new parking lot and extensive landscaping. The project is significant for enhancing visitor services in the area and is set aside for small businesses, with an estimated construction cost between $1,000,000 and $5,000,000. Interested contractors must submit their bids by September 23, 2024, and can contact Howard Gregory at howard.e.gregory@usace.army.mil or Melissa Denigris at MELISSA.A.DENIGRIS@USACE.ARMY.MIL for further information.
    Field Office/Work Space, Great Bridge Reservation Chesapeake, Virginia
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the construction of a Field Office/Work Space at the Great Bridge Reservation in Chesapeake, Virginia. This project involves building a new 40'x 80' structure with office space, a workshop, storage, and a unisex bathroom. The building will have electricity, communications, water, and sewer services. The project also includes the installation of sidewalks, grass, and parking spaces. The estimated construction cost is between $1,000,000 and $5,000,000 million. The solicitation is expected to be posted on the Procurement Integrated Enterprise Environment (PIEE) website in the 1st Quarter of Fiscal Year 2025.
    Z--Visitor Center Renovation, Whiskeytown NRA
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the renovation of the historic visitor center at Whiskeytown National Recreation Area in Shasta County, California. The project, estimated to cost between $500,000 and $1 million, involves extensive renovations, sitework, and utility upgrades, with optional roofing and interior wall treatments, aimed at enhancing visitor experiences while preserving historical structures. This Request for Proposal (RFP) is exclusively open to small businesses as part of a Total Small Business Set-Aside, with the RFP expected to be published electronically around October 1, 2024, and submissions due 30 days after issuance. Interested parties can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018 for further information.
    Z--GAOA - Show Pool Shelters Replacement and Site Res
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the replacement of the Show Pool Shelter and site restoration at the Seney National Wildlife Refuge in Michigan. This project, designated under Solicitation Number 140FGA24Q0024, requires small businesses to provide comprehensive proposals that include costs for materials, labor, and supervision, with a focus on environmentally responsible practices and compliance with federal regulations. The successful contractor will undertake the demolition of the existing shelter, construction of a new facility, and restoration of the surrounding area, with a performance period extending from October 3, 2024, to April 1, 2025. Proposals are due by September 19, 2024, and interested parties should direct inquiries to Samantha Lague at samanthalague@fws.gov or call 413-253-8349.
    Y1DA--Build Specialty Care Building - Construction Fort Wayne VAMC
    Active
    Veterans Affairs, Department Of
    Presolicitation VETERANS AFFAIRS, DEPARTMENT OF is seeking bids for the construction of a specialty care building at Fort Wayne VAMC in Fort Wayne, IN. The building will house the Audiology, Dental, and Eye Clinic Departments, as well as Nursing administration and education. The project also includes the demolition of building 7. The solicitation will be issued as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The estimated magnitude of construction is between $10,000,000 and $20,000,000. The solicitation is anticipated to be issued in mid-November 2023, with a performance period of approximately 732 calendar days. For more information, contact Jason Schultz at Jason.Schultz@va.gov or 216-447-8300.
    Z--INDU 305176 - Marquette Greenway Trail Constructio
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the construction of the Marquette Greenway Trail at Indiana Dunes National Park. This project involves the development of a nearly 2.5-mile multi-use trail, including a ten-foot-wide asphalt path with gravel shoulders, and the replacement of an existing pedestrian bridge with a wider structure to enhance connectivity and protect sensitive ecosystems. The estimated construction cost ranges from $1 million to $5 million, and the project is categorized as an 8(a) set-aside under NAICS code 237990, focusing on Other Heavy and Civil Engineering Construction. Interested contractors must submit their proposals by the specified deadline and can direct inquiries to Brenda Smith at brendasmith@nps.gov or call 720-315-2035 for further information.
    Patoka Lake Articulated Block Gutter Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Patoka Lake Articulated Block Gutter Replacement project located at the Patoka Lake Dam in South Dubois County, Indiana. The project involves the removal of existing concrete gutters and the construction of a new flexible articulated concrete block mattress to improve drainage along the dam's abutments. This initiative is crucial for maintaining the dam's infrastructure and ensuring compliance with safety and environmental standards. Interested small businesses must submit their proposals by the specified deadlines, with an estimated project cost ranging from $500,000 to $1,000,000. For further inquiries, potential bidders can contact Thomas Nauert at thomas.s.nauert@usace.army.mil or call 502-315-6502.
    Kiasutha Recreational Area Redevelopment Phase 2
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Pittsburgh District, is seeking contractors for the Kiasutha Recreational Area Redevelopment Phase 2 project located in the Allegheny National Forest, Kane, Pennsylvania. The project involves the renovation of three existing buildings, demolition of two buildings, utility improvements, and associated site work, with a construction timeline set between October 2024 and June 2025. This redevelopment is crucial for enhancing recreational facilities within the national forest, ensuring improved access and utility for visitors. The contract, valued between $1 million and $5 million, is a total small business set-aside, with bids expected to be solicited around September 25, 2024. Interested parties should contact Aaron Barr at aaron.m.barr@usace.army.mil or Connie Ferguson at connie.l.ferguson@usace.army.mil for further details.
    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.
    Construction Requirements Contract
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE Defense Logistics Agency is seeking a Construction Requirements Contract for the repair or alteration of other warehouse buildings at DLA Distribution Susquehanna (DDSP), New Cumberland and Mechanicsburg PA Sites. The contract will be a five-year multiple award Indefinite Delivery Indefinite Quantity (ID/IQ) contract with a total combined contract value of $45,000,000. The work will include various construction/building related efforts such as industrial, recreational, general, alteration, maintenance, repair, design/build, and new projects. The contract will be set aside for small businesses, with reservations for Women Owned Small Business (WOSB), Service-Disabled Veteran Owned Business (SDVOSB), and Historically Underutilized Business Zone Business (HUBZone). The solicitation is expected to be issued on or around April 15, 2024, and the contract ordering period is anticipated to be from August 1, 2024, through July 31, 2029. The minimum ordering limitation per task order will be $3,500.00, and the maximum ordering limitation per task order will be $7,000,000.00. Task orders will generally range between $50,000.00 and $300,000.00. Prospective offerors must be registered in the System for Award Management (SAM) Database at http://www.sam.gov to be considered for award.