W912QR-41659953 National Roofing Program (NRP) FY24 - MO026
ID: W912QR-41659953Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the National Roofing Program (NRP) FY24, specifically for design and construction services to replace roofs at a U.S. Army Reserve facility in St. Joseph, Missouri. This procurement involves a Design-Build contract that requires contractors to adhere to Unified Facilities Guide Specifications (UFGS) and provide comprehensive documentation, including design drawings and specifications, while ensuring compliance with federal labor wage determinations. The contract value is expected to range between $500,000 and $1,000,000, with proposals due by September 2024, and the selection process will prioritize the lowest evaluated price. Interested contractors can contact Alex Hamilton at alex.j.hamilton@usace.army.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Army Reserve National Roofing Program (NRP) FY24 Task Order 06 solicits proposals for design and construction services to replace roofs at a U.S. Army Reserve facility in St. Joseph, Missouri. The work, governed by a Design-Build contract, involves replacing existing roof systems as detailed in the scope of work, which mandates adherence to Unified Facilities Guide Specifications (UFGS). Contractors must provide complete documentation, including design drawings and specifications, and demonstrate compliance with binding rates from the Multiple Award Task Order Contract (MATOC). Proposals should range between $500,000 and $1,000,000, with a submission deadline of September 2024. The selection process will prioritize the lowest evaluated price, and proposals must include a detailed price breakdown. Additionally, the contract stipulates training and adherence to security protocols for personnel, as well as compliance with labor wage determinations in accordance with federal laws. Overall, this solicitation aims to ensure quality construction and adherence to federal contract guidelines while improving facility operations for the Army Reserve.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FY24 H-2405 Whole House Revitalization Bldgs 680-683 MCAS Iwakuni, Japan
    Active
    Dept Of Defense
    The US Army Corps of Engineers is seeking expert engineering and construction firms to lead a specialized design-build project at Marine Corps Air Station Iwakuni, Japan. Four steel-frame buildings and two carports require comprehensive renovation and redesign, involving architectural, mechanical, and electrical components. This procurement, valued at an estimated $70 million, aims to deliver a high-quality, efficient solution while minimizing disruptions to traffic flow. Firms are invited to submit technical proposals by October 1, 2024, with a competitive acquisition process set to follow. The project holds significance in enhancing residential structures for better functionality and is expected to commence in December 2024. For more information, contact Charles Qi or Nakiba Jackson via email.
    Indefinite Delivery Indefinite Quantity (IDIQ) Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support construction requirements for the Energy Resilience and Conservation Investment Program (ERCIP) Nationwide.
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support construction requirements under the Energy Resilience and Conservation Investment Program (ERCIP) nationwide. This procurement aims to award up to twelve contracts for design-build and design-bid-build projects focused on mechanical, electrical, and civil work, including infrastructure and microgrid construction, primarily within the contiguous United States and Puerto Rico. The total contract capacity is set at $2 billion, with a base ordering period of three years and seven optional years, emphasizing the government's commitment to enhancing energy resilience while providing opportunities for both large and small businesses. Interested vendors must submit proposals by October 7, 2024, at 2:00 PM EDT, and are encouraged to register for a virtual preproposal conference scheduled for September 12, 2024, by contacting Blake Gevedon at william.b.gevedon@usace.army.mil.
    Raw Water Piping System Replacement, Table Rock Powerhouse
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the replacement of the Raw Water Piping System at the Table Rock Powerhouse located in Branson, Missouri. This project, which falls under the NAICS code 237110 for Water and Sewer Line and Related Structures Construction, aims to enhance the infrastructure within the White River Basin and is estimated to have a construction magnitude between $5 million and $10 million. The successful contractor will play a crucial role in maintaining the operational integrity of hydro facilities, which are vital for water management and energy production. Proposals are due by September 20, 2024, at 12:00 PM CDT, and interested parties can reach out to Sarah Hagood at 501-340-1277 or via email at sarah.n.hagood@usace.army.mil for further inquiries. A site visit is scheduled for August 7, 2024, at 9:00 AM CDT, and bidders are encouraged to utilize the ProjNet Inquiry Key IRW386-H53JBF for any questions during the submission period from July 24 to August 15, 2024.
    Architect/Engineer Services for one (1) Single Award Task Order Contract (SATOC) Indefinite Delivery/Indefinite Quantity in support of roof and building envelope design, evaluation, and analysis services in support of Louisville District customers.
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms to provide comprehensive roof and building envelope design, evaluation, and analysis services under a Single Award Task Order Contract (SATOC) with a maximum cumulative value of $15 million. The contract, which spans five years, will focus on various architect-engineer services primarily for roofing and building envelope repair and replacement for Army Reserve projects nationwide, including U.S. territories. The selected firm will be responsible for producing designs, conducting site assessments, and managing construction-related activities, with individual task orders estimated between $150,000 and $6 million. Interested firms must submit their qualifications and past performance questionnaires by 2:00 PM Eastern on October 7, 2024, and can direct inquiries to Alex Hamilton at alex.j.hamilton@usace.army.mil or by phone at 502-315-6252.
    Berry Bend Utility Upgrades
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Berry Bend Utility Upgrades project, which involves replacing and upgrading the electrical service distribution systems at 34 campsites in the Berry Bend Public Use Area located in Benton County, Missouri. The project aims to enhance public facilities by ensuring reliable electrical service and includes grading and rock placement at the campsites, with a total estimated cost between $500,000 and $1,000,000. Interested contractors must submit their sealed bids electronically by 1:00 PM on September 26, 2024, and are required to comply with the Buy American Act and other federal contracting regulations. For further inquiries, contractors can contact Grant Hibbs at Grant.M.Hibbs@usace.army.mil or Christopher W. Anderson at Christopher.W.Anderson@usace.army.mil.
    WPAFB NAMRU-D Lab Support Building
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Louisville District is seeking bids for the construction of a 12,300 square-foot pre-engineered metal building laboratory support facility at Wright-Patterson Air Force Base (WPAFB), Ohio. This Design-Bid-Build project aims to provide essential laboratory support infrastructure, adhering to rigorous safety and quality standards across multiple engineering disciplines, including civil, structural, and mechanical systems. The contract, estimated to range between $5 million and $10 million, is a Firm-Fixed-Price (FFP) procurement with a performance period of 595 calendar days from the Notice to Proceed. Interested contractors must submit their sealed bids electronically by October 8, 2024, and are encouraged to contact Contract Specialist Ranzel L. Merideth at Ranzel.L.Merideth@usace.army.mil for further information.
    PN 103069 SOF Carbon Net Zero Barracks, at Fort Liberty, North Carolina
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is soliciting proposals for the construction of Carbon Net Zero Barracks at Fort Liberty, North Carolina. This project involves the design and construction of a Permanent Party Unaccompanied Housing facility for junior enlisted personnel and junior noncommissioned officers, accommodating 146 individuals with various amenities including living areas, fitness rooms, and common spaces, all designed to meet Net Zero greenhouse gas emissions standards. The contract, valued between $50 million and $100 million, will be awarded using a Firm Fixed Price and Fixed-Price Incentive structure, with proposals due following the latest amendments. Interested contractors must register in the System for Award Management (SAM) and can contact Karri Mares at karri.l.mares@usace.army.mil or John Hill at john.t.hill@usace.army.mil for further details.
    Long Branch Lake Administration Building Concrete and Sidewalk Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting bids for the replacement of concrete sidewalks and tuckpointing at the Long Branch Lake Administration Building in Macon, Missouri. This project involves the demolition, removal, and replacement of select concrete slabs and sidewalks, along with minimal mortar removal and replacement due to existing cracks. The contract is a total small business set-aside, with an estimated value between $25,000 and $100,000, and a performance period of 180 days from the Notice to Proceed. Interested contractors must submit their bids by September 18, 2024, and are encouraged to attend a pre-bid site visit on September 10, 2024. For further inquiries, contractors can contact Angella Curran at angella.curran@usace.army.mil or Christopher Anderson at christopher.w.anderson@usace.army.mil.
    $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) New Orleans District, Mississippi Valley Division – USACE
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) for the New Orleans District, Mississippi Valley Division – USACE. This contract is a 100% Small Business Set-Aside and will be used for various types of repair and maintenance of real property and construction services within the Mississippi Valley Division area of responsibility. The contract will have an ordering period of five years and task orders will range between $2.5K and $25M. The official solicitation is expected to be posted on or about 11 June 2023 on the SAM website. Contractors must register on SAM to download the solicitation.
    NESP Mooring Facilities at Lock & Dam 7 near La Crescent, MN
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of mooring facilities at Lock & Dam 7 in La Crescent, Minnesota, under Solicitation No. W912ES24B0013. The project aims to enhance navigation efficiency by constructing a mooring cell and a mooring dolphin, which includes tasks such as dredging, concrete fabrication, and structural metal work, adhering to strict federal standards for quality and environmental compliance. This initiative is part of the Navigation and Ecosystem Sustainability Program for the Mississippi River Basin, emphasizing the importance of maintaining navigational infrastructure while mitigating ecological impacts. Interested small businesses must submit their bids by September 17, 2024, at 2:00 PM Central Time, and can contact Justin H. Rose at justin.h.rose@usace.army.mil or 651-290-5422 for further information. The estimated contract value ranges from $5 million to $10 million.