USACE SPK DBB Construction - Military Ocean Terminal Concord, Containerized Ammunition Holding Facilities, Concord, California
ID: W9123825B0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF AMMUNITION STORAGE BUILDINGS (Y1GA)
Timeline
  1. 1
    Posted Nov 27, 2024, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 6:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is soliciting bids for the construction of eleven Containerized Ammunition Holding Facilities (CAHF) at the Military Ocean Terminal in Concord, California. This project aims to enhance military readiness by providing secure and compliant ammunition storage facilities, designed in accordance with Department of Defense explosive safety standards. The procurement is critical for modernizing military infrastructure and ensuring operational efficiency, with a bid submission deadline set for January 29, 2025, at 10:00 AM PST. Interested contractors can reach out to Constantinos Laliotitis at constantinos.laliotitis@usace.army.mil or Melissa Denigris at MELISSA.A.DENIGRIS@USACE.ARMY.MIL for further details.

Files
Title
Posted
This document is an amendment to solicitation W9123825B0001 issued by the USACE Sacramento District, modifying the contract and extending the bid due date to January 29, 2025, at 10:00 AM PST. Key updates include the addition of 100% plans, site visit photos, and a sign-in sheet, along with specific instructions regarding Project Labor Agreement (PLA) submissions and an updated wage determination effective December 13, 2024. The amendment provides detailed instructions for bidders, emphasizing that only electronic bids submitted through the Procurement Integrated Enterprise Environment (PIEE) are acceptable. Moreover, it outlines various requirements, including contractor responsibility, submission formats, bonding procedures, and subcontracting plans, particularly for large businesses. It highlights the importance of compliance with terms of the solicitation to ensure eligibility for contract awards. The document concludes by detailing the necessity for approved project labor agreements within thirty days post-bid opening. This amendment reflects the government’s commitment to structured procurement processes, ensuring all contractors have a clear understanding of submission protocols and requirements for competitive bidding.
Apr 8, 2025, 6:05 PM UTC
The U.S. Army Corps of Engineers (USACE) is overseeing the design and construction of a Containerized Ammunition Holding Facility at the Military Ocean Terminal in Concord, CA, under Project #501259. The project aims to enhance military readiness by improving ammunition storage capabilities in compliance with federal guidelines. The documents detail project specifications, including civil, structural, electrical, and demolition plans, designed by the Sacramento and Alaska Districts. Key tasks include the removal and replacement of existing utilities and pavements, ensuring all construction respects established limits and environmental protocols. Contractors are responsible for utility verification, site safety measures, and adherence to specified grading and earthwork requirements. The overarching goal is to modernize the facility while safeguarding public safety and environmental standards, reflecting the commitment of the U.S. Army to improve infrastructure for operational needs.
The document is a photographic inventory related to the MOTCO CAHF project, specifically under the reference number W9123825B0001. It lists various locations significant to the project's scope, including multiple ammunition pads, borrow sites, and lay down areas, as well as planned haul routes. The inventory captures the necessary visual documentation of these key areas: Ammo Pad 5, different borrow sites identified as 1 through 5, and new ammo pad fields 1 through 3. Additional locations include the bridge's front and side, and two vicinity pads. This comprehensive list serves to provide essential imagery that supports project planning, execution, and compliance with bidding requirements associated with government RFPs. Overall, the file is structured as a straightforward enumeration of sites, asserting its purpose in facilitating clear understanding and communication of project logistics relevant to federal and local infrastructure projects.
The document outlines wage determinations for residential construction projects in California under the Davis-Bacon Act, specifically for contracts subject to Executive Orders 14026 and 13658. It details applicable minimum wage rates for various trades, including carpenters, electricians, and laborers across multiple counties such as Alameda, San Francisco, and Santa Clara. The document emphasizes the necessity for contractors to comply with these wage standards based on contract dates and renewals, specifying rates that workers must be paid for hours worked in 2024. Additionally, it incorporates area-specific wage classifications for specialized roles like asbestos workers and ironworkers, along with fringe benefit requirements. This comprehensive wage determination is crucial for ensuring fair compensation for workers involved in federal and local construction projects, promoting accountability and standardization in labor costs. The details provided serve as essential guidelines for government contracts and grants within the context of state and local RFPs, ensuring compliance with labor regulations.
Similar Opportunities
USACE SPK DB Construction - DDJC Tracy Mass Notification and Fire Alarm Integration, Tracy, California
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the design and construction of an integrated mass notification and fire alarm system at the Tracy Army Depot in California. The project aims to replace and/or combine existing disparate systems from three different manufacturers, ensuring interoperability and compatibility among all equipment, while also installing a backup receiving system in an additional building. This initiative is critical for enhancing safety and operational efficiency at the depot, with a construction magnitude estimated between $10 million and $25 million. Interested contractors should contact Jennifer Wheelis at jennifer.l.wheelis@usace.army.mil or Melissa Denigris at MELISSA.A.DENIGRIS@USACE.ARMY.MIL for further details, and note that the bid due date has been extended as per Amendment 0001 issued on April 4, 2025.
Solicitation - Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting proposals for the Design-Bid-Build construction of the Advanced Skills Trainee Barracks at the Parks Reserve Forces Training Area in Dublin, California. This project involves constructing a 45,000 square foot barracks facility to support the Non-Commissioned Officers Academy and the 80th Training Command, incorporating essential systems such as fire protection, energy monitoring, and accessibility features, while adhering to stringent safety and sustainability standards. The contract, set aside for small businesses, has an estimated value between $25 million and $100 million, with a proposal deadline of April 16, 2025. Interested contractors must maintain an active registration in the System for Award Management (SAM) and can contact Ryan King at ryan.m.king2@usace.army.mil for further information.
Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a KC-46 Two-Bay Maintenance/Fuel Cell Hangar at March Air Reserve Base in California. This Design-Bid-Build project aims to enhance military infrastructure by providing essential maintenance facilities for the KC-46A aircraft, which includes various construction tasks such as site preparation, demolition, and installation of specialized systems. The estimated project cost ranges from $100 million to $250 million, with a focus on compliance with federal regulations, environmental standards, and safety protocols throughout the construction process. Interested contractors must submit their proposals electronically by April 17, 2025, and can direct inquiries to Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil.
Hawthorne Army Depot Operation, Maintenance, and Modernization Sources Sought
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command, is seeking sources for the operation, maintenance, and modernization of the Hawthorne Army Depot (HWAD) in Nevada. This procurement aims to engage contractors for standard depot operations, including ammunition receipt, issue, surveillance, demilitarization, and the provision of various base support services such as maintenance, security, and environmental management. HWAD serves as a critical facility for the storage and demilitarization of conventional and non-standard ammunition, emphasizing the importance of compliance with federal, state, and local regulations. Interested parties are encouraged to submit their capabilities and qualifications by April 14, 2025, and participate in the upcoming Industry Day scheduled for the week of April 28, 2025. For further inquiries, contact Ashley Korves at ashley.m.korves.civ@army.mil or John Fotos at john.g.fotos.civ@army.mil.
CALIFORNIA REGION 4 MATOC
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort McCoy, Wisconsin, is seeking proposals for a Five Year Multiple-Award Indefinite Delivery Indefinite Quantity (MAIDIQ) contract for the 63rd Readiness Division in California. This procurement, designated as a HUBZone Set-Aside, involves commercial and institutional building construction services under NAICS Code 236220, with a maximum contract value of $15 million. The solicitation, W911SA25RA010, is anticipated to be issued within 30 days and will follow FAR Part 15 procedures, with a firm fixed-price contract structure. Interested vendors can contact William Parsons at william.a.parsons4.civ@army.mil or Vance Bickford at vance.c.bickford.civ@army.mil for further information.
Design/Build Maintenance and Repair Army Reserve (MRAR) of Area Maintenance Support Activity (AMSA), B655, at the BT Collins Army Reserve Center, Sacramento, CA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design/Build contract focused on the maintenance and repair of the Area Maintenance Support Activity (AMSA), B-655, located at the BT Collins Army Reserve Center in Sacramento, California. The project aims to address failing facility components, construct an addition to alleviate space deficiencies, and extend the facility's economic life by 25 years, ensuring equipment readiness for Army Reserve units. This total small business set-aside opportunity has an estimated construction cost between $10 million and $25 million, with a contract duration of approximately 740 calendar days from the Notice to Proceed. Interested contractors must submit their proposals electronically, adhering to specific guidelines, and can contact Bonny Dylewski at bonny.c.dylewski@usace.army.mil for further information.
FY25 MAFB Construct Fire Station Bay Area
Buyer not available
The U.S. Army Corps of Engineers (USACE) Seattle District is seeking proposals for the construction of a Fire Station Bay facility at Malmstrom Air Force Base in Montana, under solicitation number W912DW-25-R-0ZX7. The project involves the construction of a 20,000 square foot building designed to store Fire Emergency Services equipment, featuring trailer parking stalls, a foam storage room, and ADA-compliant restroom facilities. This procurement is significant for specialized construction firms, particularly those with experience in building fire emergency services facilities in extreme climates and compliance with military construction standards. Interested bidders must be registered with the System for Award Management (SAM) and submit proposals electronically through the Procurement Integrated Enterprise Environment (PIEE), with an estimated contract value between $5,000,000 and $10,000,000. For inquiries, contact Michael Saldana at michael.e.saldana@usace.army.mil or Cassandra Gonzalez at cassandra.p.gonzalez@usace.army.mil.
This solicitation is still suspended until further notice. The purpose of this amendment is administrative and is only to push out the date to fiscal year 2025.
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer District Mobile, is seeking contractors for the construction of an Aviation Storage Facility at Soto Cano Air Base. This project involves the design and construction of a fuel storage facility with a capacity of at least 300,000 gallons, including three factory-fabricated storage tanks and a POL Ops building equipped with a fuel laboratory. The procurement is significant for ensuring the operational readiness of U.S. forces by providing essential fuel storage and handling capabilities. Interested contractors can reach out to Jacob Mcgriff at jacob.l.mcgriff@usace.army.mil or Christopher Brunner at christopher.e.brunner@usace.army.mil for further details, noting that the solicitation is currently suspended until fiscal year 2025.
Design and Construction of the NC3 Acquisition Management Facility
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers New England District, is preparing to issue a Request for Proposal (RFP) for the design and construction of the NC3 Acquisition Management Facility at Hanscom Air Force Base in Massachusetts. This project involves a two-step Best Value/Trade-off (BVTO) procurement process, with a scope that includes the construction of a new Logistics Readiness Squadron Warehouse, demolition of existing buildings, and the establishment of secure and unsecure areas within the new facility, which will support sensitive compartmented information operations. The estimated cost for this project ranges from $25 million to $100 million, with the solicitation expected to be released in April 2025 and contract awards anticipated in the summer of 2026. Interested parties can direct inquiries to Heather Skorik at heather.m.skorik@usace.army.mil or by phone at 978-318-8040.
P-1238, CONSTRUCTION OF GRID STABILITY AND RESILIENCY 10 MW, BATTERY ENERGY STORAGE SYSTEMS, MARINE CORPS AIR GROUND COMBAT CENTER (MCAGCC), TWENTYNINE PALMS, CA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting proposals for the design and construction of a 10 MW Battery Energy Storage System (BESS) at the Marine Corps Air Ground Combat Center (MCAGCC) in Twentynine Palms, California. This project aims to enhance grid stability and energy resilience by integrating BESS with existing solar photovoltaic systems, ensuring compliance with cybersecurity protocols and promoting sustainable energy practices. The total construction cost limitation is set at $43 million, with a proposal submission deadline of May 22, 2024, and a construction period of 913 calendar days. Interested contractors should contact Kathryn Cranford at kathryn.r.cranford.civ@us.navy.mil or Jaime Flores at jaime.r.flores4.civ@us.navy.mil for further details.