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
    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. The project involves the construction of ammunition storage pads, protective earthen berms, and reinforced concrete retaining walls, all designed to meet Department of Defense explosive safety standards. This initiative is crucial for enhancing military readiness by improving ammunition storage capabilities in compliance with federal guidelines. The bid opening has been postponed to June 17, 2025, at 3:00 PM PDT, and interested contractors should direct inquiries to Constantinos Laliotitis at constantinos.laliotitis@usace.army.mil or Melissa Denigris at MELISSA.A.DENIGRIS@USACE.ARMY.MIL. Compliance with wage determinations under the Davis-Bacon Act is required, with bids to be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE).

    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.
    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.
    The document discusses federal and state requests for proposals (RFPs) and grants, specifically focusing on their role in funding and supporting various government initiatives. It highlights the guidelines for submitting RFPs, emphasizing compliance with federal laws and regulations. Key points include eligibility criteria for bidders, project scopes, funding limits, and timelines for submission and review. The document outlines specific areas targeted by RFPs, such as infrastructure development, education programs, and public health projects. It serves as a resource for potential applicants, providing detailed instructions to ensure effective proposals that align with governmental objectives. The structure includes sections on eligibility, submission processes, evaluation criteria, and expected outcomes, ensuring that contributors understand the requirements and goals of the funding initiatives. Overall, the document underscores the importance of transparent processes in securing federal and state funding to address community needs and enhance public services.
    Similar Opportunities
    Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking 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 facility, with a focus on compliance with safety, environmental, and construction standards, including a mandatory Project Labor Agreement. The barracks are intended to enhance military training capabilities and ensure operational readiness, reflecting the Army's commitment to quality infrastructure. Interested small business contractors must register in the System for Award Management (SAM) and submit proposals by the revised deadline of August 13, 2025, with inquiries directed to Ryan King at ryan.m.king2@usace.army.mil.
    M548 Metal Ammunition Containers Bridge Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a 12-month bridge contract for the production and delivery of approximately 9,000 M548 Metal Ammunition Containers, which are critical for packaging small and medium caliber ammunition used in both training and combat operations. This contract, valued at approximately $616,964.60, will be awarded to Conco, Inc. under the authority of 10 U.S.C. 3204(a)(1), as it is determined that only this vendor can meet the urgent delivery timelines required for November 2025, January 2026, and April 2026 without unacceptable delays. Interested parties can reach out to Angela D. Ray at angela.d.ray10.civ@army.mil or Angela L. Scriven at angela.l.scriven2.civ@army.mil for further information regarding this procurement opportunity.
    Hawthorne Army Depot Operation, Maintenance, and Modernization Sources Sought
    Dept Of Defense
    The Department of Defense is seeking qualified firms to participate in the operation, maintenance, and modernization of the Hawthorne Army Depot in Nevada. Interested companies must register with the U.S./Canada Joint Certification Program and have an active DD 2345 on file to gain access to a virtual library containing essential documents for proposal development. This opportunity is crucial for ensuring the effective management of ammunition facilities, and firms will be responsible for safeguarding sensitive information as outlined in the Virtual Library Use and Non-Disclosure Agreement. For further inquiries, interested parties can contact Ashley Korves at ashley.m.korves.civ@army.mil or John Fotos at john.g.fotos.civ@army.mil.
    DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Dept Of Defense
    The U.S. Army Corps of Engineers, Seattle District, is seeking interested business sources for the DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project located at Camp Pendleton, California. This opportunity involves a firm-fixed-price construction contract estimated between $25 million and $100 million, focusing on the renovation of a 140,000 sq ft warehouse and 19,000 sq ft of administrative facilities, with a construction period of approximately 18 months. Interested firms are required to submit a capabilities package by January 9, 2026, detailing their qualifications, past project experience, and potential for small business subcontracting, with all submissions directed to Briana Armstrong and Andrea Jackson via email. All interested parties must also be registered in the System for Award Management (SAM) to be eligible for contract award.
    Pre-notice of forth coming solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    P1012 Munitions Storage Area Expansion in Moron, Spain
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic, is soliciting bids for the expansion of the P1012 Munitions Storage Area at Moron Air Base in Spain. This project involves the construction of facilities specifically designed for the storage of munitions, which is critical for maintaining operational readiness and safety at military installations. A site visit is tentatively scheduled for the week of January 26, 2026, with interested parties required to submit their attendance and related documentation by December 26, 2025. For further inquiries, potential bidders can contact Kimberly Hall at kimberly.a.hall3@navy.mil or by phone at 757-322-4982.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    Design New Lacquer Preparation Facility for RDX and HMX Production at Holston Army Ammunition Plant (HSAAP)
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Drum, is seeking architect-engineer firms to provide design services for a new Lacquer Preparation Facility and Chemical Storage Tank Farm at the Holston Army Ammunition Plant in Kingsport, Tennessee. The objective of this procurement is to develop a 30% design package that will support the production of plastic bonded explosives (PBX), thereby expanding the Department of Defense's manufacturing capacity for energetic materials. This project is significant as it involves modernization and safety compliance in the production of RDX, HMX, and IMX, with a construction magnitude estimated between $100 million and $250 million. Interested firms must submit their qualifications, including a completed GSA Standard Form (SF) 330, by December 19, 2025, and can direct inquiries to Lyndsie Hall at lyndsie.j.hall.civ@army.mil or Milan Sanchez at alfredo.m.sanchez.civ@army.mil.
    P111 EDI: Ordnance Magazines, Sigonella, Italy
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic (NAVFACSYSCOM ATLANTIC), is soliciting proposals for the construction of ordnance magazines at the Naval Air Station in Sigonella, Italy. This firm-fixed-price, design-bid-build project includes the construction of four reinforced concrete high explosive box-H type magazines, two modular storage magazines, and a high-bay maintenance facility, with a total contract completion time of 1,080 calendar days for the base bid and 1,460 days if options are awarded. The project is critical for enhancing the storage and maintenance capabilities of ammunition facilities, ensuring compliance with safety and operational standards. Interested contractors must register in the System for Award Management (SAM) and adhere to specific Italian certifications, with proposals due by January 20, 2026, at 2:00 PM local time. For further inquiries, contact Liz Roberts at elizabeth.l.roberts31.civ@us.navy.mil.
    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.