COVERED PARKING ARRAY AT FARMINGDALE AFRC
ID: W912DS26BA004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW YORKNEW YORK, NY, 10278-0004, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

SOLAR ELECTRIC POWER SYSTEMS (6117)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE), New York District, is soliciting bids for the construction of a Covered Parking Array at the Armed Forces Reserve Center (AFRC) in Farmingdale, New York. The project involves the construction of two tubular steel canopy structures to support photovoltaic solar panels, the installation of an integrated gutter and stormwater drainage system, a prefabricated battery storage building, and four dual-port electric vehicle charging stations. This initiative is part of a broader effort to enhance renewable energy infrastructure and electric vehicle support at military facilities. Interested contractors must submit their bids by January 12, 2026, at 2:00 PM EST, with a bid guarantee required, and the estimated project magnitude is between $5 million and $10 million. For further inquiries, potential bidders can contact Adrian Stafford-Browne or Nicholas P. Emanuel via their respective emails.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers is soliciting bids for the "Covered Parking Solar Array Project" at the Armed Forces Reserve Center in Farmingdale, NY. This project involves site demolition, erosion and sedimentation control, site layout, grading, storm system plans, and the installation of a covered parking solar array. The solicitation includes a base bid for ChargePoint stations, infrastructure, and battery storage, with two bid options for East and West canopies, arrays, and equipment. The plans detail architectural, structural, civil, and electrical components, along with general notes on site layout, utility protection, and erosion control measures. Key instructions emphasize contractor verification of existing conditions, coordination with the Contracting Officer's Representative (COR), and adherence to all government regulations and environmental protection standards.
    The AFRC Farmingdale Covered Parking Solar Array Project (Contract # W912DS19D0009) outlines the specifications for constructing two tubular steel canopy structures to support solar panels, including an integrated gutter system for stormwater collection. The project also entails building a prefabricated battery storage facility and installing four electric vehicle charging stations. Estimated between $1,000,000.00 and $5,000,000.00, the work requires commencement within five calendar days of the Notice to Proceed and completion within 692 calendar days. Key administrative requirements include comprehensive insurance, a superintendent with a minimum of 10 years of construction experience, and strict adherence to governmental safety regulations. The contractor must submit a detailed project schedule, including preliminary and initial schedules, and provide monthly updates using Primavera P6-compatible software. The project emphasizes stringent financial controls, with activity cost loading reviewed for reasonableness and specific costs allocated to closeout activities like as-built drawings and O&M manuals. Work restrictions include designated hours, a no-smoking policy, and specific procedures for utility cutovers. Time extension requests must include a detailed justification of delay and a time impact analysis, adhering to industry standards.
    This solicitation outlines the requirements for a Firm-Fixed Price construction contract to build a Covered Parking Array at Farmingdale AFRC in Farmingdale, NY. The project includes four dual-port car charging stations with supporting infrastructure (base bid) and optional items for East and West parking canopies with photovoltaic arrays. The contract, issued by the U.S. Army Corps of Engineers, New York District, is for full and open competition with a HUBZone price evaluation preference. The NAICS code is 236220 with a $45,000,000.00 size standard, and the project magnitude is between $5,000,000 and $10,000,000. Bids are due by January 12, 2026, at 2:00 PM EST and must include a bid guarantee of 20% of the bid price or $3,000,000.00, whichever is less. The period of performance for the base bid is 692 calendar days from the Notice to Proceed. Bidders are required to submit a signed Standard Form 1442, acknowledge amendments, complete the bid schedule, and provide a bid guarantee. Security requirements, including AT Level I training and E-Verify compliance, are mandatory for all contractor personnel.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and associated electrical infrastructure, while also repaving a section of the main runway. The successful contractor will be required to adhere to a Project Labor Agreement and manage the project in phases to ensure ongoing mission operations at the airfield. Proposals are due by January 14, 2026, with an estimated contract value between $25 million and $100 million. Interested parties should direct inquiries to Jordan Moran at jordan.k.moran@usace.army.mil or Nicholas P. Emanuel at Nicholas.P.Emanuel@usace.army.mil.
    W912ER26BA001 P181/P183 Solar Photovoltaic Microgrid
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is seeking experienced construction contractors for the W912ER26BA001 project, which involves the installation of a 1000-kilowatt solar photovoltaic microgrid at Isa Air Base in Bahrain. The project encompasses the construction of solar panels, inverters, battery storage systems, and associated electrical and utility infrastructure, with a focus on creating a renewable energy system that integrates with the base's primary electrical distribution grid. This initiative is crucial for enhancing energy resilience at military installations, particularly in remote locations. Interested prime contractors are encouraged to submit a capabilities package to Ms. Millicent Kaczmarzewski and Mr. Christopher Hunt by providing detailed company information and relevant experience, with the project estimated to cost between $10 million and $25 million and a performance period of approximately 617 days.
    NPS Beach Channel Drive Bulkhead
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is soliciting proposals for the Design-Build Construction Services for the Beach Channel Drive Bulkhead at Jacob Riis Park, Queens, New York. The project aims to replace the existing bulkhead, which has been rated in "Poor" condition, and to extend its service life for 100 years, while also repaving adjacent multi-use trails and repairing storm drain pipes. This opportunity is significant for maintaining infrastructure in a vital recreational area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit electronic proposals by December 16, 2025, and can contact Monica Coniglio at monica.n.coniglio@usace.army.mil for further details.
    Reconstruction of Thayer Hall at the United States Military Academy, West Point, New York
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking qualified contractors for the reconstruction of Thayer Hall, a General Instruction Facility at the United States Military Academy in West Point, New York. This project, part of the Academic Building Upgrade Program, aims to modernize academic facilities and address a significant shortage of instructional space by demolishing a 1955 addition and preserving the original 1911 structure, ultimately creating a state-of-the-art facility with various academic and administrative spaces. The estimated construction cost exceeds $500 million, with a planned solicitation in Summer 2026 and demolition/reconstruction commencing in early 2027. Interested firms are encouraged to submit their capabilities packages by December 23, 2025, to Brian Mannion at brian.t.mannion@usace.army.mil.
    SOLICITATION FOR LEASE - WAREHOUSE SPACE @ WATERVLIET NY
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the lease of approximately 40,000 square feet of warehouse space to support operations at Watervliet Arsenal in New York. The facility must be temperature-controlled, secure, and equipped with loading docks, parking for employees and tractor-trailers, and must be located within a 4.5-mile radius of the Arsenal, with easy access to major highways. This procurement is critical for the storage of equipment and materials necessary for military operations, with a lease term of one year and nine optional renewal years, anticipated to commence no later than February 27, 2026. Interested offerors must submit their proposals by December 12, 2025, with a final offer deadline of December 19, 2025; for further inquiries, contact Michael Merkel at michael.c.merkel@usace.army.mil or Allen Roos at allen.d.roos@usace.army.mil.
    Y1DA--NRM-CONST 630A4-20-412 Repair Parking Lots and Roads SA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified construction firms to undertake the repair of parking lots and roads at the St. Albans VA Medical Center located in Queens, New York. The project involves comprehensive work including asphalt removal and replacement, resurfacing, striping, grading, curb and gutter repair, drainage improvements, and site restoration, all adhering to VA and manufacturer specifications. This initiative is crucial for maintaining safe and accessible facilities for veterans and staff, with an estimated construction cost ranging from $5,000,000 to $10,000,000. Interested contractors must be Service-Disabled Veteran-Owned Small Business Certified (SDVOSBC), registered with SAM.gov, and comply with all relevant VA regulations and safety standards. A site visit is strongly encouraged, and the solicitation is anticipated to be issued around December 19, 2025. For further inquiries, contact Torell Camp at Torell.Camp@va.gov or call 718-584-9000.
    Power Station Installation for Hangar 2418
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses for a Sources Sought notice regarding the installation of a power station in Hangar 2418 at Fort Eustis, Virginia, to support MOS 15Y training. The project involves a non-personnel services contract for the installation of electrical components, including a 150KVA transformer, a 30KVA transformer, various disconnects, a sub-panel, a quad outlet, and an emergency stop circuit, with a focus on ensuring stable power and a clean, labeled installation. This contract is crucial for enhancing training capabilities and is expected to last for one year, from January 1, 2026, to December 31, 2026. Interested contractors must confirm their ability to perform the work by emailing Jolene A. Granger at jolene.a.granger.civ@army.mil by 12:00 PM CST on December 17, 2025, although no capability statements or questions will be accepted at this time.
    Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project, focusing on elevating residential structures in Suffolk County, New York. This project aims to mitigate coastal storm risks by raising existing homes to specified flood elevations, requiring contractors to adhere to strict design and construction standards, including the submission of a Project Labor Agreement as mandated by Executive Order 14063. The procurement process emphasizes the importance of experience with residential structures and will evaluate proposals based on past performance and technical approach. Interested parties must submit their proposals by January 9, 2026, at 2:00 PM EST, and can direct inquiries to Michael McCue at michael.l.mccue@usace.army.mil.
    Fort Eustis Dredge Material Management Area Construction in Newport News, Virginia
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Norfolk District, is seeking qualified contractors for a firm-fixed-price contract to perform construction maintenance at the Fort Eustis Dredge Material Management Area in Newport News, Virginia. The project involves regrading and raising disposal site berms to an elevation of 36 feet, relocating existing spill boxes, and regrading the access ramp to meet the new elevation requirements. This construction effort is crucial for maintaining the operational integrity of dredging facilities, with an estimated project cost between $5 million and $10 million. Interested contractors are invited to submit a capabilities statement, including relevant experience and bonding capacity, to Damian Patterson at damian.c.patterson@usace.army.mil, with a copy to Michael Hagerty at michael.hagerty@usace.army.mil, by the specified deadline.
    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.